Y--Voya 308690: Replace Power Distribution -
ID: 140P2024R0130Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the power distribution line at Voyageurs National Park in Minnesota, specifically the Kettle Falls district. The project involves replacing an underwater high voltage cable, multiple transformer boxes, and associated components to enhance safety and reliability, addressing critical issues such as compromised neutral wiring that poses safety risks and potential service disruptions. This infrastructure improvement is vital for maintaining operational continuity at park facilities, including fire suppression systems and food safety at the restaurant, with an estimated project budget of $11,154,900. Interested contractors must submit their proposals by October 4, 2024, and can direct inquiries to Timothy Burger at Timothy_Burger@nps.gov or call 720-688-9530.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a standardized format for submitting resumes of key personnel proposed for a federal contract. It requires detailed information for each individual, including their name, role in the contract, total years of experience, company affiliation, educational background, and qualifications such as safety and quality control training. Each resume must detail relevant experience through a structured presentation that includes previous project titles, locations, timelines, scope and costs, specific duties, roles, employers, and contact information. This structured approach aims to ensure transparency and thorough evaluation of personnel qualifications, which is critical in the context of government RFPs and grants. By standardizing the submission process, the document facilitates comprehensive assessment of bidders’ capabilities to execute the proposed contract effectively.
    The document outlines the structure and requirements for federal and state/local Requests for Proposals (RFPs) and grants, detailing the essential components needed from contractors. It includes multiple project segments, each containing sections for project title, location, dates, descriptions, specific duties, roles, employer contacts, and phone numbers. Furthermore, it provides attachments for key personnel résumés, emphasizing their experience and qualifications relevant to the contract. Additionally, it contains letters of commitment from subcontractors, affirming their readiness to undertake specified roles upon contract award. This framework is crucial for ensuring accountability and clarity in project execution, reinforcing the importance of collaboration between contractors and subcontractors in federal projects. The document serves as a guideline to enhance project planning and resource allocation within government contracts while ensuring compliance with federal and local regulations.
    The document outlines a Project Experience Questionnaire and Past Performance Questionnaire related to government solicitations, specifically focusing on project evaluation for contractors. It consists of sections where offerors must document their experience, the contractors involved, and specific project details like performance periods, pricing, and project descriptions. Key questions require responses on project work performed, changes to price and schedule, problem resolution, and successful methods that could be implemented in future projects. Additionally, the Past Performance Questionnaire includes instructions for both the offeror and the reference that evaluates the contractor's past work performance in areas such as quality, schedule management, cost control, and regulatory compliance. It emphasizes that feedback provided is confidential and should not imply any government endorsement of the contractor. This structure and content are critical for assessing contractor qualifications in meeting the government’s project requirements under federal and state RFPs and grants.
    The document serves as a form for offerors participating in government RFPs to provide general references, detailing relationships with sureties, banks, subcontractors, and material suppliers. Offerors must include contact information, types of accounts, insurance policies, and the nature of specialized work for subcontractors and materials supplied. Crucially, offerors are required to disclose any past relationships that were less than satisfactory with these references, explaining their perspective and corrective actions taken. This transparency is essential, as failure to provide full disclosure can negatively impact the evaluation of the offeror’s past performance record. The structured format requests specific details, prompting provide comprehensive and precise information from the offerors. By compiling these references, the government aims to assess the reliability, capacity, and integrity of the contractors involved in federal grants and RFP processes, ensuring accountability and favorable outcomes for funded projects.
    The document outlines requirements under the Federal Acquisition Regulation (FAR) 36.211(b) regarding the administration of construction contracts, particularly focusing on the policies and procedures necessary for definitizing equitable adjustments related to change orders. It emphasizes the obligation of agencies to provide a description of these policies and the timeframes needed to finalize such adjustments. For further details, the document directs readers to the Department of the Interior’s page on construction contract policies. This guidance aims to ensure transparency and accountability in managing changes to construction contracts, which is critical for maintaining project integrity and compliance during federal and state/local procurement processes.
    The Voyageurs National Park project aims to replace an 11.2-mile underwater medium voltage power line connecting the mainland to the Historic Kettle Falls district in Minnesota. The initiative includes installing new junction and transformer boxes, switchgear, and backup electrical generation systems for enhanced emergency support. A total budget of $11,154,900 is allocated for this design-build project. The project will be executed in several phases, ensuring coordination with the National Park Service (NPS) to minimize disruption to public access. Key tasks include reducing junction box count, providing backup generators, and maximizing above-ground electric lines to limit environmental disturbances. Construction must adhere to strict guidelines regarding site usage, public access, and coordination with existing utilities. The contractor is responsible for obtaining necessary permits and conducting operations within legislative standards. Environmental protection measures, including waste management and pollution prevention, are integral to the project. This comprehensive approach highlights the federal commitment to maintaining infrastructure while promoting environmental stewardship and safeguarding park resources.
    The federal government has issued a Special Notice regarding the replacement of an electrical line to Kettle Falls at Voyageurs National Park, with Solicitation Number 140P2024R0130 dated August 29, 2024. A Prebid Conference is scheduled for September 17, 2024, at the site, where interested parties can request invitations via email, providing their contact information. The conference will include a site visit with a vessel tour along the project area. Should interest be high, a second session may occur on September 18, 2024. The Product and Service Code for this undertaking has been clarified as “Y1QA - Construction of Restoration of Real Property.” Additionally, the solicitation with updated specifications and drawings is expected to be available on sam.gov on September 3, 2024. Questions can be directed to the provided emails. This document serves to inform potential contractors about the upcoming opportunity, site visit, and logistics related to the project in accordance with government procurement processes.
    The document outlines the prebid instructions for the project entitled "VOYA 308690 – Replace Electrical Line to Kettle Falls" at Voyageurs National Park. Scheduled for September 17, 2024, a Prebid Conference will provide potential contractors with detailed insights into the work involved. Interested firms must request an invitation via email, including contact information for all attendees. The meeting will start with a virtual administrative briefing, followed by a site visit that includes a tour using an NPS vessel to observe the power line alignment. A second day may be added if demand requires it. The document also specifies the meeting location at Lavine Cabin, with recommendations for attendees to bring provisions such as water and bug spray while noting that NPS will provide life jackets. Detailed maps illustrate staging, docking areas, and existing transmission lines, highlighting logistical considerations for the contractors. Overall, the prebid conference is organized to facilitate a clear understanding of project scope, ensure safety, and compliance with administrative requirements, aligning with standard government contracting processes.
    The document pertains to Amendment 1 of solicitation number 140P2024R0130, aimed at updating and clarifying information for contractors regarding a government contract. Key changes include the provision of the complete SF 1442 Form and clauses, detailed pre-bid meeting instructions along with a location map, and a Google Earth .kmz file indicating specific box locations. Furthermore, it emphasizes that all Requests for Information (RFIs) or questions must be directed to specified email addresses. The amendment reinforces that the overall terms and conditions of the original solicitation remain unchanged and in full effect. Contractors are reminded to acknowledge receipt of this amendment to ensure their offers are considered. This document illustrates typical procedures in government Request for Proposals (RFPs), ensuring that potential bidders have the necessary information to proceed effectively.
    The document outlines a solicitation for an unrestricted construction contract titled "VOYA 308690 - Replace Power Distribution Line," issued by the National Park Service's Contracting Services Division. The project aims to replace a power distribution line with an estimated value exceeding $10 million. Interested contractors must submit proposals adhering to outlined requirements in sections B through J, with a pre-proposal site visit specified in section L. The acquisition is unfunded, with expectations of future funding availability. Proposals should address all requirements, including performance and payment bonds, and comply with the relevant North American Industry Classification System (NAICS) codes. The solicitation emphasizes that offers submitted after specified deadlines will be rejected, and it introduces a Two Phase Design-Build Procurement process for qualified bidders. The budget allocated for construction is approximately $12.1 million, underscoring the project's significance in enhancing infrastructure. This solicitation reflects the federal government's ongoing commitment to infrastructure improvement while maximizing competition among contractors.
    The document outlines the work and staging areas for the Voyageurs National Park (NPS VOYA) at Kettle Falls, Minnesota. It includes various maps depicting locations for barge and boat docking, storage areas, and contractor zones. The materials emphasize the importance of designated staging areas for National Park Service (NPS) operations while ensuring that certain roadways remain open for staff and concessioners. Maps illustrate approved docking areas, with guidelines stipulating restricted access and various conditions for usage, such as the need for permission to utilize concession-owned docks. The document serves as a critical reference for contractors and NPS staff engaged in infrastructure development and maintenance within the park, adhering to federal and state guidelines for environmental management and public safety. The detailed cartographic representations of Kettle Falls and surrounding areas are provided to aid in project planning, demonstrating the comprehensive nature of project preparation and compliance requirements in public land management. Overall, this material lays the groundwork for feasible and organized operational strategies within protected areas.
    The document pertains to a solicitation (140P2024R0130) for replacing the Power Distribution Line at Voyageurs National Park in Minnesota. The amendment addresses various queries regarding the solicitation. Key clarifications include the correct NAICS code as 237130, full and open competition without set-asides, and revisions to project experience criteria emphasizing electrical projects rather than historic masonry. Preliminary drawings are unavailable, but a location map is provided. The initially stated bonding capacity of $30 million has been revised to $20 million for a single project. A Prebid Conference is scheduled for September 17, 2024, providing bidders with direct insight into the project details. Interested firms are invited to participate virtually for contracting discussions and on-site visits to the project area. This document serves to ensure clear communication and understanding of project requirements among potential bidders in a federal contracting context.
    This document serves as Amendment 2 to the solicitation (140P2024R0130) and outlines the necessary procedures for acknowledging receipt of this amendment by prospective offerors, emphasizing the importance of timely acknowledgment to avoid rejection of offers. The amendment provides answers to inquiries raised by offerors, ensuring that all stakeholders have necessary clarifications. It stresses that all remaining terms and conditions of the original solicitation are unchanged and remain in full effect. The amendment includes instructions on how to acknowledge receipt, either by incorporating it into their offers or through separate correspondence, and specifies the deadline by which these acknowledgments must be submitted. The amendment is issued under the authority of FAR 43.103(b), indicating a formal modification of the solicitation process. It is essential for contractors to maintain attention to these instructions to ensure compliance and successful participation in the bidding process, reflecting the standard practices in federal contracting procedures. Overall, the document serves to enhance communication between the government and potential contractors while facilitating a fair and structured bidding environment.
    The document outlines the planning and assessment of electrical infrastructure at Kettle Falls within Voyageurs National Park, Minnesota. It includes various maps and figures displaying existing electrical layouts, proposed upgrades, and areas designated for demolition. Key topics include the locations of transformers, junction boxes, and service feeders, with details regarding their current condition and intended replacements or upgrades. Notably, there are indications of demolishing outdated equipment and installing new power feeders to modernize the facility’s electrical distribution system. Supporting details highlight the specific electrical requirements for various park facilities, including housing and service structures, ensuring compliance with safety and operational standards. This comprehensive approach illustrates the National Park Service's commitment to enhancing infrastructure while maintaining regulatory compliance, showcasing the project's alignment with broader governmental funding initiatives aimed at improving public facilities.
    The document outlines a detailed assessment and condition analysis of multiple MV (12.47KV Service rated) junction boxes and reclosers across various locations. The key findings indicate that most equipment is over 40 years old and requires immediate replacement to ensure reliability and compliance with safety standards. Specific recommendations include the installation of new 3-phase reclosers that are gas-insulated rather than oil-insulated for environmental safety, along with the addition of elbow arrestors and proper waterproofing measures. Furthermore, it emphasizes the need for maintaining clear access around equipment for safe operations and compliance with NEC and OSHA guidelines. In the context of the KF District, the urgent need for backup power solutions is highlighted, proposing the installation of a 500KW generator to support continuity in power supply during outages, which have been frequent. This analysis aligns with federal and local requirements for electrical and safety standards, paving the way for future RFPs and funding opportunities focused on infrastructure improvement and safety compliance.
    The document pertains to a site visit for the Kettle Falls Power Distribution Line Replacement project at Voyageurs National Park, organized by the U.S. Department of the Interior's National Park Service. Scheduled for September 17, 2024, at 9:00 AM CT, the purpose of the visit is to facilitate contractor participation in the project. The sign-in sheet includes key participants from various companies, such as NOVA Group and Michels Construction. Each entry details the participant's name, company affiliation, phone number, and email address to ensure clear communication. This event is part of broader government contracting operations within federal RFP processes, focusing on infrastructure improvements critical for park management.
    This document is an amendment to the solicitation 140P2024R0130 issued by the National Park Service. The amendment aims to modify the original solicitation by providing essential updates and clarifications. Key updates include the complete SF 1442 form and inclusion of sections L and M, instructions for the pre-bid meeting with an accompanying map, and a Google Earth file for JBox locations. Furthermore, it specifies that all Requests for Information (RFIs) or questions must be submitted via email to designated contacts. To participate in the bidding process, contractors must acknowledge receipt of this amendment by a specified deadline, which may involve signing and returning copies or communicating via separate letters. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged and continue to be in effect. This amendment serves to enhance communication and ensure that all potential bidders have access to necessary information before the submission of their offers, reflecting the government's commitment to transparency in the procurement process.
    The document outlines the details of Amendment 2 to Solicitation No. 140P2024R0130, which addresses modifications to a federal contract. The amendment specifically provides answers to inquiries from offerors, ensuring clarity in the procurement process. It emphasizes the importance of offerors acknowledging receipt of the amendment by the specified deadline to avoid potential rejection of their offers. Additionally, it details the means by which offerors can communicate any changes to previously submitted offers. The amendments do not alter any other terms or conditions of the original solicitation. The document is administratively structured, requiring signatures from the contracting officer and the contractor or offeror to validate the changes. Overall, this amendment serves to facilitate communication and maintain compliance within the realm of government contracts, reflecting the procedural rigor inherent in federal procurement processes.
    The document outlines Amendment 3 of solicitation number 140P2024R0130, pertaining to a federal contract. Its primary purpose is to provide additional information regarding a project, specifically including mapped locations and a site visit sign-in log. Contractors must acknowledge receipt of this amendment by specific methods, ensuring their acknowledgment is submitted before the designated deadline to avoid rejection of their offers. The amendment also clarifies that all other terms and conditions from the original solicitation remain unchanged. This reflects standard procedures in federal procurement processes, where amendments are often necessary to communicate vital information to potential contractors. Overall, the document reinforces compliance and administrative requirements in the context of federal RFPs, emphasizing the importance of timely communication between the contracting agency and offerors.
    The document is a solicitation for a federal construction project titled "Replace Power Distribution Line," with an estimated construction cost exceeding $10 million. Issued by the NPS, DSC Contracting Services Division, it invites bids from contractors in a competitive and unrestricted manner, meaning all eligible firms can participate. The solicitation outlines essential requirements, including the necessity for performance and payment bonds, and specifies that offers must be submitted within a defined timeframe, with proposals accepted until October 4, 2024. The government highlights that the project is currently unfunded but expects that funds will be available shortly for contract awarding. Additionally, a pre-proposal site visit is included in Phase II of the bidding process, and contractors must comply with provisions in the solicitation’s various sections and attachments. An important aspect of the proposal is that it follows a Two Phase Design Build Procurement approach, which requires bidders to submit concept designs in Phase II submissions. Overall, this document encapsulates the procedural and regulatory framework guiding the procurement of construction services, reflecting the government’s intention to ensure transparency and competitiveness in the contracting process.
    Similar Opportunities
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    Transformer and Switchboards for Yosemite NP
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is seeking quotes from small businesses for the supply of one 3-phase transformer and two switchboards for Yosemite National Park in California. The procurement includes a pad-mounted, liquid-immersed transformer with specific voltage and kVA ratings, and delivery is required by October 1, 2025, to the NPS Warehouse in El Portal, CA. This opportunity is crucial for enhancing the park's electrical infrastructure, ensuring compliance with industry standards, and supporting the operational needs of the facility. Interested vendors must submit their quotes via email by 1:00 PM Pacific Time on October 17, 2024, and should direct any questions to Lisa Henson at LisaHenson@nps.gov by October 3, 2024.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    STLI 324873 Phase II Temporary Relocation of Ferry
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the STLI 324873 Phase II Temporary Relocation of Ferry Embarkation and Security Screening Operations in Battery Park, New York. This construction project, set aside for qualified 8(a) small businesses, aims to facilitate the relocation of ferry operations and enhance security measures, with an estimated budget between $5 million and $10 million. The contractor will be required to adhere to federal regulations and guidelines, ensuring quality and compliance throughout the project, which is scheduled to commence on December 2, 2024, and conclude by June 30, 2025. Interested parties should submit sealed offers and may contact Marc Nguyen at marcnguyen@nps.gov or 720-448-1166 for further information.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of Generator Step-Up (GSU) transformers at three power plants as part of the Trinity River Division in California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is crucial for modernizing the electrical infrastructure to maintain efficient power generation and minimize service disruptions during the replacement process. The estimated contract value ranges from $35 million to $50 million, with proposals due by November 1, 2024. Interested contractors can contact Matthew Thomas at mthomas@usbr.gov or call 916-978-5117 for further information.
    61--Nimbus Station Service Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking contractors for the Nimbus Station Service Replacement project, specifically to furnish components for a secondary unit substation. The procurement includes essential electrical equipment such as station service transformers, motor control centers, circuit breakers, and DC distribution panelboards, aimed at enhancing the operational capacity and safety of the facility. This initiative is critical for maintaining the infrastructure of the Central Valley Project, ensuring reliable power distribution and compliance with federal standards. Interested contractors must submit their bids by September 3, 2024, and are encouraged to contact Charlesetta Seibure at cseibure@usbr.gov or 916-978-5456 for further inquiries.
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.