Construction of JMTC Substation A Repairs at Rock Island Arsenal, IL
ID: W912QR-42184005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build project of the Joint Manufacturing Technology Center (JMTC) Substation A at Rock Island Arsenal, Illinois. The project involves designing and constructing a new substation, including the relocation of existing utilities, demolition of the old structure, and the integration of advanced features such as cybersecurity systems. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated contract value ranging from $10 million to $25 million. Proposals are due by 1:00 PM Eastern Time on September 17, 2024, and must be submitted electronically to Jacob S. Pridemore at jacob.s.pridemore@usace.army.mil, with a requirement for bonding and insurance as outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a Fair and Reasonable Cost Determination made by a Contracting Officer regarding a government contract action. The officer concludes that the expected cost for the contract will be fair and reasonable due to the limitations in scope and availability of required parts, indicating that only one source can fulfill the solicitation's needs. The officer certifies the clarity and accuracy of this justification to the best of their knowledge. This determination is crucial in federal procurement processes, ensuring fiscal responsibility and compliance with government regulations on sourcing and contracting, particularly in context to federal RFPs and grants.
    The document outlines a Justification and Approval (J&A) for the use of the Schneider Electric Powerlogic ION 9000 advanced energy and power quality meter in a construction project at Rock Island Arsenal, Illinois. This project involves the modernization of Substation A and requires exceptional specifications due to the unique needs of the electrical distribution system. The procurement follows the authority of 10 U.S.C. 3204(a)(1), permitting acquisition without full and open competition as only the Schneider Electric meter can integrate with the existing infrastructure. The current substation, which powers both the installation and the Joint Manufacturing & Technology Center, faces challenges due to aging equipment and insufficient spare parts, necessitating the replacement of critical meters before the upcoming microgrid project. The contracting officer has determined that the anticipated costs are fair and reasonable based on previous purchases. This project emphasizes the government’s commitment to maintaining and enhancing military infrastructure while ensuring operational readiness and efficiency.
    The document is a Justification and Approval (J&A) for the use of a Simplex fire alarm panel, model 4006, in a construction contract for the Substation A Modernization Design at Rock Island Arsenal (RIA), Illinois. The US Army Engineer District, Corps of Engineers, intends to include these brand-specific specifications in the solicitation for a firm-fixed-price construction contract, funded by FY24 O&M. The justification cites 10 U.S.C. 3204(a)(1) and FAR 6.302-1 for using Other than Full and Open Competition due to the proprietary technology of the Simplex equipment already in use at the Arsenal. The existing Substation A is outdated and critical for updating the electrical distribution system, leading to the necessity of integration with Simplex technology in the planned construction. The document asserts that the anticipated cost for the contract will be fair and reasonable based on past procurements of Simplex systems, affirming that no other options would meet agency requirements due to compatibility issues. This justification emphasizes efficiency and compliance with established procurement regulations in government contracting processes.
    The government procurement document outlines a solicitation for multiple award task order contracts for the Design-Build project at the Joint Manufacturing Technology Center (JMTC) Substation A, located at Rock Island Arsenal, IL. The project encompasses all aspects of designing and constructing a new substation, including relocating existing utilities, providing cyber security solutions, and commissioning new systems. Contractors must submit their proposals by September 17, 2024, following the guidelines set forth in the solicitation and any subsequent amendments. Key points include expectations regarding timely commencement and completion of work, liquidated damages for delays, site visits, and adherence to affirmative action goals for minority and female participation in the workforce. Additionally, contractors are required to maintain as-built drawings and adhere to safety and environmental standards throughout the project. The document serves as a comprehensive invitation for construction companies to engage in federal contracting, promoting transparency, accountability, and adherence to regulations while enhancing infrastructure at a military facility. The structure includes solicitation details, project specifications, and compliance requirements, ensuring clarity for potential bidders.
    The Department of the Army is soliciting proposals for the Design-Build project for Joint Manufacturing Technology Center (JMTC) Substation A at Rock Island Arsenal, Illinois, as per solicitation W912QR-42184005. Amendment 0002 outlines revisions to several solicitation sections, introduces updated wage rates, and maintains the proposal submission deadline of September 17, 2024. The project entails designing and constructing a new substation, including relocation of existing utilities, demolition of the old structure, and integration of high-tech features like cybersecurity. Bidders are encouraged to submit options for various enhancements, including upgraded switchgear and modifications to the existing SCADA system. Proposals will be evaluated based on overall cost and the ability to meet the project's stringent design, quality, and security standards. The document specifies compliance with numerous codes and guidelines, ensuring the design is functional, durable, and adheres to energy and safety regulations. The effective management of construction risks and costs is emphasized to align with the government’s objectives and funding availability.
    The document outlines solicitation W912QR-42184005 for the Design-Build project of Joint Manufacturing Technology Center (JMTC) Substation A located at Rock Island Arsenal, Illinois. Key amendments and changes are detailed, which include updated specifications, drawings, and wage rates, crucial for contractors preparing proposals. The proposal submission deadline is set for 17 September 2024, with a requirement for acknowledgement of received amendments. The scope of work entails designing and constructing a new substation, involving relocation of existing utilities and installation of systems for operations and cybersecurity. Six bid options are provided, including modifications to existing systems and additional infrastructure. The project mandates compliance with various design standards, including environmental assessments and site safety measures during construction. Emphasis is placed on innovative design and adherence to energy standards. The document serves as a formal request for proposals aimed at ensuring quality, safety, and efficiency in the planned construction activities, reflecting the government’s commitment to infrastructure improvement and adherence to legal regulations.
    The document outlines the Request for Proposals (RFP) for the Joint Manufacturing Technology Center (JMTC) Substation A Modernization project at Rock Island Arsenal, Illinois. The U.S. Army Corps of Engineers solicits bids for a design-build contract, estimated to range from $10 million to $25 million, with a focus on military construction and maintenance projects in the Northeast Region. Contractors must submit detailed price proposals that incorporate binding rates from their existing MATOC contracts and demonstrate compliance with labor categories. Proposals are due by September 17, 2024, and must be submitted electronically. A 60-day proposal acceptance period is mandated. The selection will be based on the lowest evaluated price, including base and optional items related to the project. The RFP specifies requirements for bonding, insurance, and affirms adherence to affirmative action policies for workforce diversity. Additionally, contractors are required to maintain and submit accurate as-built drawings throughout the project. Overall, this solicitation emphasizes compliance with federal regulations, effective project management, and thorough documentation to ensure the successful execution of military construction projects.
    Lifecycle
    Similar Opportunities
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense is seeking bids for the Wolf Creek Power Plant Generator Step Up Units Replacement and Installation project. It involves the design, manufacture, testing, and delivery of high-capacity power transformers, with strict timelines and security requirements. The US Army Corps of Engineers, Nashville District, intends to award a Firm-Fixed Price Hybrid Supply-Construction Contract to the most suitable vendor. This procurement aims to enhance the power infrastructure at the Wolf Creek Power Plant in Kentucky. The chosen contractor will need to deliver three transformers with specific voltage capacities and associated services. The project has two phases: a supply phase of 1,358 days for transformer delivery, and a construction phase of 613 days for installation. The solicitation underscores the government's focus on robust network security, especially for controlled access and sensitive information. Contractors must adhere to stringent security protocols, including NIST SP 800-171 DoD Assessment requirements, with attention to advanced persistent threat mitigation. Interested parties should submit their bids by 2:00 PM CT on December 4, 2024, through PIEE.gov, and are encouraged to attend the pre-proposal teleconference on August 21, 2024. Further details and security clearance forms are available on SAM.gov.
    ARCENT Readiness Training Center Microgrid Project - Camp Buehring, Kuwait
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a microgrid project at Camp Buehring, Kuwait, aimed at enhancing energy resilience for the ARCENT Readiness Training Center. The project involves the installation of a 700 kW solar photovoltaic system and a 1.5 MW/1.5 MWh battery energy storage system, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for improving power reliability and sustainability in military operations, reflecting the government's commitment to modernizing energy infrastructure in overseas facilities. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Jessica Stone at jessica.m.stone@usace.army.mil or by phone at 502-315-6137.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as integrating monitoring systems with the base's Energy Management Control System (EMCS). This project is critical for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.
    W912QR-42284838 Design and Construction of a concrete block Moving Armor Target (MAT) Wall, Ft. McCoy, WI
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a concrete block Moving Armor Target (MAT) Wall at Fort McCoy, Wisconsin, under contract number W912QR-42284838. The project involves the demolition of an existing timber pile wall, associated earthwork, and reconnection of existing electrical equipment, with a budget range of $500,000 to $1,000,000. This construction is critical for enhancing military training capabilities and ensuring compliance with regulatory standards. Proposals are due by 12:00 PM ET on September 18, 2024, and interested contractors should contact Alex Hamilton at alex.j.hamilton@usace.army.mil for further details.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    W912PM24B0008 - PN97470 - Construct Microgrid at Fort Liberty, NC
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is planning to procure construction services for the installation of an electric microgrid system at Fort Liberty, North Carolina. The microgrid system will provide emergency power to the Joint Special Operations Command (JSOC) compound and will be capable of operating independently from the Fort Liberty distribution system. The system will include a master microgrid controller, diesel generation, switchgear, transformers, and automatic transfer switches. The procurement will also include utility upgrades, erosion control measures, utility relocations, site improvement, and demolition. The project has a magnitude of construction between $20,000,000 and $50,000,000. The solicitation will be available on or about December 20, 2023, and will be offered as an unrestricted solicitation. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for an award. For more information, contact Robert N. Law at robert.n.law@usace.army.mil or John T. Hill at john.t.hill@usace.army.mil.
    Electric Power Resiliency - Bldg. 16 at DDJC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting bids for the Electric Power Resiliency project at Building 16, DDJC. The project requires contractors to furnish all labor, management, supervision, tools, materials, equipment, and transportation to install a rooftop solar photovoltaic (PV) system, with a performance period of 450 calendar days following the Notice to Proceed. This initiative is crucial for enhancing energy resilience at the facility and is set aside exclusively for small businesses, with an estimated contract value between $1,000,000 and $5,000,000. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and all inquiries should be directed to Paul Holbert at paul.holbert@dla.mil by the specified deadlines.
    J061--Replace Transformers (550)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to replace transformers at the VA Illiana Health Care System located in Danville, Illinois. This procurement aims to modernize and maintain the electrical infrastructure of the healthcare facility, ensuring compliance with safety standards and enhancing service delivery to veterans. The project is classified under the Product Service Code J061 and NAICS Code 238210, and it is set aside for small businesses in accordance with Small Business Administration guidelines. Interested parties must submit their proposals by September 18, 2024, at 11:00 AM Central Time, and can direct inquiries to Contract Specialist Erika Cannaday at erika.cannaday@va.gov.