FTG257 Missile Field 2 Power Redundancy, Fort Greely, Alaska
ID: W911KB25R0019Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF MISSILE SYSTEM FACILITIES (Y1BF)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Engineer District, is soliciting proposals for the FTG257 Missile Field 2 Power Redundancy project located at Fort Greely, Alaska. The objective of this procurement is to enhance electrical power redundancy for the Missile Field 2 silo interface vaults by installing Automatic Transfer Switches and updated distribution panels, which will improve system reliability and coordination features. This project is critical for national defense and emergency preparedness, ensuring the operational integrity of missile system facilities. Interested contractors must acknowledge receipt of all amendments to the solicitation, with the proposal due date set for May 27, 2025, at 2:00 PM AKST. For further inquiries, potential bidders can contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The presolicitation notice announces an 8(a) small business set-aside Request for Proposal (RFP) for providing electrical power redundancy to Missile Field 2 at Fort Greely, Alaska. This project entails the installation of Automatic Transfer Switches and distribution panels to enhance power reliability, transitioning the existing switchgear configuration. The expected project budget ranges between $1,000,000 and $5,000,000, with an estimated performance period of 630 calendar days, beginning around May 9, 2025. Selection criteria for evaluating proposals will include past performance, technical approach, a milestone schedule, and pricing considerations, all adhering to the source selection process that emphasizes best-value tradeoffs. Prospective offerors must be registered in the System for Award Management (SAM) and must utilize designated electronic submission systems to ensure proposal compliance. The formal solicitation will be available for download on or around February 19, 2025, and all updates will be posted exclusively online. This notice underscores the government’s commitment to enhancing infrastructure at military facilities and its preference for small business involvement in projects of this nature.
    This document is an amendment to the solicitation for the FTG257 Missile Field 2 Power Redundancy project at Fort Greely, Alaska. It primarily updates the solicitation by replacing the brand name specification from the Vertiv EXM 20 kVA UPS to the Vertiv model APM2 UPS. The proposal due date remains unchanged and bidders must acknowledge receipt of this amendment to avoid rejection of their offers. The amendment specifies that there are no changes to the other terms and conditions and that there are no new, superseded, or deleted documents or sections related to this amendment. The overall purpose is to ensure all potential contractors are aware of the brand change while maintaining the integrity of the original solicitation timeline and requirements. Effective dates and relevant contract details are included, stressing the importance of adhering to the established processes for acknowledgment and submission.
    This document is an amendment to a solicitation for a federal contract concerning the FTG257 Missile Field 2 Power Redundancy project at Fort Greely, Alaska. It updates the evaluation factors related to proposal submissions, specifically revising the importance of Factor 4 (Price) to state it is “significantly less important than Factors 1, 2, and 3 combined,” as opposed to the previous language. The due date for proposals remains unchanged. Contracting officers are reminded that acknowledgment of this amendment is required to avoid rejection of their offers. The amendment does not include new drawings or additional sections; instead, it modifies existing evaluations, focusing on past performance, technical approach, and milestone schedule as the most significant factors in evaluating proposals. This document reflects standard procedures in government solicitation processes, ensuring clarity and consistency in contractor qualifications while maintaining compliance with federal regulations.
    The document is an amendment to a solicitation for the FTG257 Missile Field 2 Power Redundancy project at Fort Greely, Alaska. It updates Attachment C under Section 01 19 30.03 29 in Book 2, detailing changes while retaining all previously set terms and conditions. The proposal submission deadline remains unchanged, emphasizing the importance of acknowledging receipt of this amendment correctly to avoid rejection of offers. The summary of changes outlines the updating of a specific document related to general requirements but does not include other significant new documents or deleted sections. The amendment ultimately reinforces the existing guidelines and ensures contractors are aware of procedural updates, crucial for maintaining compliance in government contracts. The communication is directed towards prospective contractors, indicating new revisions without altering the overall project scope.
    This government document details an amendment to the solicitation for the FTG257 Missile Field 2 Power Redundancy project at Fort Greely, Alaska. The primary change involves extending the proposal due date to April 29, 2025, at 2:00 PM AKST, and offering site visit photos upon request via DoDSafe. Contractors must acknowledge receipt of this amendment in their submissions to maintain compliance. The project's objective is to enhance electrical redundancy for Missile Field 2 silo interface vaults by incorporating Automatic Transfer Switches and updated distribution panels, improving system reliability. The characteristics of the switchgear will be reconfigured to provide better separation and protection features. The contract will be classified as a C2 DO rated order, prioritizing national defense and emergency preparedness under the Defense Priorities and Allocations System (DPAS). All other terms and conditions remain unchanged. The document outlines the submission requirements, which include performance bonds and acknowledges the need for a maximum of 60 calendar days for government acceptance post-offer due date. Overall, it highlights essential information for potential bidders participating in a federal contracting opportunity, emphasizing the importance of compliance with deadlines and regulatory standards.
    The document is an amendment to the solicitation for the FTG257 Missile Field 2 Power Redundancy project located at Fort Greely, Alaska. This amendment updates specific sections of the solicitation, including the Wage Determination, and extends the proposal due date to May 6, 2025, at 2:00 PM AKST. Bidders can submit inquiries on ProjNet until April 25, 2025. The amendment specifies that offers must acknowledge receipt of this amendment to be considered valid. The project aims to enhance electrical power redundancy by installing Automatic Transfer Switches and distribution panels. The work includes modifications to existing switchgear and the extension of monitoring systems related to power quality and control. A Government acceptance period is laid out, requiring performance to begin within ten days and to be completed within 630 days from the award notice. This solicitation is subject to requisite performance and payment bonds, and proposals must adhere to outlined instructions and timelines. Overall, this document details crucial amendments necessary for potential contractors participating in the bidding process for the project.
    The document outlines Amendment 0005 for the federal solicitation W911KB25R0019 concerning the Missile Field 2 Power Redundancy project at Fort Greely, Alaska. It details the procedures for offer acknowledgment, indicating that failure to comply may lead to offer rejection. The amendment updates the Wage Determination in Book 1 Section 00 73 46 and includes a ProjNet Bidder Inquiries Report. It specifies that the proposal due date remains unchanged, requiring acknowledgment of this amendment. Key updates include no substitution of drawings and a thorough summary of applicable wage rates, detailing classifications and minimum compensations based on construction types in Alaska subject to the Davis-Bacon Act and executive orders related to minimum wage and paid sick leave for federal contractors. The document emphasizes that all other terms and conditions continue as before, ensuring consistency in operational protocols. This amendment serves to clarify essential aspects of the solicitation process, ensuring compliance with labor standards and the proper execution of contractual obligations necessary for this government-funded construction project.
    The U.S. Army Engineer District has issued an amendment to solicitation W911KB25R0019 for the FTG257 Missile Field 2 Power Redundancy project at Fort Greely, Alaska. The primary purpose of this amendment is to extend the proposal due date from May 6, 2025, to May 27, 2025, at 2:00 PM AKST, allowing prospective contractors more time to prepare their bids. All other terms and conditions remain unchanged. The project involves providing electrical power redundancy to the Missile Field 2 silo interface vaults by installing Automatic Transfer Switches and Main Lug Only distribution panels. It is designed to enhance coordination and protection features by changing the configuration of switchgear. This contract is a certified national defense requirement under the Defense Priorities and Allocations System. Contractors must acknowledge receipt of this amendment via the provided methods, or their offers may be rejected. The performance period will begin 10 calendar days after award and must be completed within 630 calendar days. All offers must comply with the requirements specified in the solicitation document, including a mandatory performance and payment bond. The anticipated work underscores the commitment to national defense and emergency preparedness within the government infrastructure development framework.
    This document serves as an amendment to the solicitation for the FTG257 Missile Field 2 Power Redundancy project at Fort Greely, Alaska. The amendment updates key specifications, including a revision of the Uninterruptible Power Supply (UPS) pad size and the selection of the Vertiv model APM2 UPS. Additionally, the Wage Determination has been amended, but the proposal due date remains unchanged. Contractors must acknowledge receipt of this amendment to avoid rejection of their offers, either through completion of specific sections or by sending a separate acknowledgment. The summary of changes indicates the substitution of certain documents and the inclusion of revised specifications, particularly in relation to the UPS system, with no sections deleted or added beyond those noted. The documentation structure follows a standardized format, highlighting specific revisions and affirming that all other terms and conditions remain intact. This amendment process exemplifies the structured communication typical in federal RFPs, emphasizing the need for precise documentation and compliance with updated requirements.
    Similar Opportunities
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    Fort Gibson Station Service 480V Switchgear Replacement
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the 480V switchgear at Fort Gibson Station in Oklahoma. This project involves the construction of non-building facilities, specifically focusing on the manufacturing and installation of switchgear and switchboard apparatus. The successful contractor will play a crucial role in ensuring the reliability and safety of electrical systems at the facility. Interested parties should note that amendments have been issued to provide site visit information and extend the proposal due date; for further details, they can contact Miguel Martinez at miguel.a.martinez2@usace.army.mil.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This large-scale construction project, with an estimated cost between $100 million and $250 million, aims to establish a consolidated facility that includes various operational spaces and infrastructure necessary for security forces operations. The use of PLAs is intended to promote efficiency and stability in labor relations for such significant federal projects, as mandated by Executive Order 14063. Interested parties are required to submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages and include relevant contact information.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    Install Redundant Power Distribution
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of redundant power distribution systems at Cape Canaveral, Florida. This project aims to enhance the reliability and efficiency of power distribution, which is critical for operational continuity in military and defense activities. The procurement falls under the NAICS code 237130, focusing on construction related to power and communication line structures, and is set aside for 8(a) competed firms. Interested contractors should reach out to Leigh Dedrick at leigh.a.dedrick@usace.army.mil for further details regarding the solicitation process.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. This large-scale construction project is estimated to have a magnitude between $100 million and $250 million and will involve the design-bid-build delivery method, requiring contractors to provide a complete facility that meets specific Department of Defense standards. The project includes the construction of two buildings, extensive utility work, and compliance with cybersecurity requirements, emphasizing the importance of labor-management stability and efficiency in federal procurement. Interested parties must submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages.