Berry Bend Utility Upgrades
ID: W912DQ24B1009Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (N061)

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 bids for the Berry Bend Utility Upgrades project, which involves replacing and upgrading the electrical service distribution systems at 34 campsites in the Berry Bend Public Use Area located in Benton County, Missouri. The project aims to enhance the electrical infrastructure, including the demolition of existing components, installation of new fixtures, and grading and rock placement at the campsites, ensuring compliance with safety and maintenance standards. This Invitation for Bid (IFB) is estimated to cost between $500,000 and $1,000,000, with a contract award expected to be a Firm-Fixed Price arrangement. Interested contractors must submit sealed bids electronically by 1:00 PM on September 26, 2024, and are encouraged to contact Grant Hibbs at Grant.M.Hibbs@usace.army.mil or Christopher W. Anderson at Christopher.W.Anderson@usace.army.mil for further inquiries.

    Files
    Title
    Posted
    The document serves as an amendment to a solicitation for a construction project by the U.S. Army Corps of Engineers, specifically involving the replacement and upgrading of electrical service distribution systems at 34 campsites in the Berry Bend Public Use Area, located in Benton St. Clair County, Missouri. The amended project scope now also includes grading and rock placement at these campsites. The project, classified under the North American Industry Classification System as 237130, carries a financial magnitude between $500,000 and $1,000,000, and is structured as an Invitation for Bid (IFB) that will lead to a single Firm-Fixed Price Contract. Additionally, updates to the Davis-Bacon Act Wage Determination link are included to ensure compliance with wage regulations. The document highlights the contractor's responsibility to comprehend and adhere to local prevailing wage practices. The amendment requires contractors to acknowledge receipt either by returning signed copies or by indication on submitted offers and clarifies that failure to acknowledge may result in proposal rejection. Overall, it reflects essential modifications necessary to align the project with statutory and administrative requirements while ensuring clarity in the bidding process.
    The federal solicitation is an Invitation for Bid (IFB) for a project involving the replacement and upgrade of electric service distribution systems at 34 campsites in the Berry Bend Public Use Area, Benton County, MO. The project, classified under NAICS code 237130, has an estimated cost between $500,000 and $1,000,000. It is intended to award a single Firm-Fixed Price contract. Bidders must begin work within 10 calendar days of receiving the award and complete the project within 180 days. Performance and payment bonds are required. Sealed bids are due electronically by 1:00 PM on September 26, 2024, and will be publicly opened. The document outlines various submission requirements, including acknowledgment of amendments and submission of bid guarantees. Additionally, the solicitation emphasizes compliance with the Buy American Act and mandates that all materials used must be sourced domestically unless exceptions apply. There are also detailed provisions for the treatment of protests, wage rates, and requirements for contractor ethical practices. Overall, this IFB seeks to enhance infrastructure at the public use area, ensuring quality and conformity to government standards and regulations.
    The document outlines the plans for an electrical upgrade at Berry Bend Campground located in Warsaw, Missouri, managed by the U.S. Army Corps of Engineers. The project focuses on upgrading sites 39-78, with specific sites being decommissioned and the contractor permitted to store materials on these pads during construction. Key tasks include the demolition of the service panel, replacement of feeder wiring, and reusing an existing panel. Installation guidelines for conduit and electrical connections are specified, emphasizing the use of proper materials and methods. The layout provides a detailed understanding of conduit placement and installation, with considerations for grading and leaving some existing infrastructure in place, like buried electrical wires. This project reflects federal initiatives aimed at enhancing public facilities and ensuring compliance with safety and maintenance standards.
    The document outlines information regarding the Berry Bend Electrical Upgrade under federal contracting processes. It addresses inquiries related to the project site visit and bid submission requirements. Interested vendors who missed the initial site visit held on September 4 are permitted to visit the location independently, as no additional site visits will be organized. Furthermore, it clarifies that the pricing in the Contractor Line Item Numbers (CLIN) must encompass all expenses related to the project's scope of work, meaning there is no need to submit individual shipping quotes. This guidance ensures transparency in the bidding process and underscores the inclusivity of costs in proposals, promoting efficient project management and compliance with federal contracting standards.
    The document pertains to the Berry Bend Electrical Upgrade project, focusing on the specifications of Corps supplied electrical components. It responds to inquiries about the part numbers, serial numbers, and dimensions of Power Distribution Panels (PDP), disconnects, and transformers involved in the project. Notably, the PDP has a catalog number of P5E60ML600EBS with specific dimensions of 38” W x 14.25” D x 60” H, while the identical panel boards R1, R2, and R3 share the catalog number P5A75VK600EBS, measuring 38” W x 14.25” D x 75” H. The disconnect lacks a part number and is dimensioned at 22.5” W x 6.75” D x 46” H. Additionally, three transformers (part number SG3L0150KE0C) are outlined with serial numbers CC01410861, CC01410862, and CC01410863, each with dimensions of 24” W x 31” D x 44” H. This summary of component specifications aids contractors in planning and bidding for the electrical upgrade project, ensuring proper understanding of the equipment involved.
    The document pertains to the Berry Bend Electrical Upgrade project, part of a federal Request for Proposals (RFP). It addresses inquiries from potential contractors regarding project specifications. The file clarifies that there is no required geotechnical report, with only as-built drawings available. Contractors are instructed to submit lump sum bids, incorporating all relevant factors, without the option for a rock adder. Compaction testing standards are outlined in section 3.5.2.1 of the contract. The document specifies that contractors must adhere to trenching guidelines as per regulation 385-1-1. Additionally, the use of Schedule 80 roll pipe is permissible, provided it meets specifications for electrical ratings and temperature tolerances. This file serves to inform bidding contractors about critical requirements and conditions related to the electrical upgrade project, ensuring compliance and operational standards are understood for the successful execution of the contract.
    The government intends to upgrade the electrical service distribution systems at 34 campsites within the Berry Bend Public Use Area in Benton County, Missouri. This Invitation for Bid (IFB) will result in a Firm-Fixed Price (FFP) contract, with the project estimated to cost between $500,000 and $1,000,000. The work includes demolishing existing electrical components, installing new fixtures, and establishing underground conduits. Contractors are required to begin performance within 10 calendar days and complete the project within 180 days after award notification. Sealed bids are due by September 26, 2024, and must include a bid guarantee if exceeding $150,000. Compliance with the "Buy American Act" is mandatory, emphasizing domestic construction materials. The IFB incorporates various provisions and clauses, including requirements for registration in the System for Award Management (SAM). A site visit is scheduled for September 4, 2024, to facilitate bid preparations. The procedure underscores the government’s commitment to safety, compliance, and modernization through significant infrastructure upgrades at the campground.
    The Berry Bend Upgrade project involves a site visit conducted on September 4, 2024, by representatives from various organizations, primarily associated with the U.S. Army Corps of Engineers (USACE). Key personnel, including engineers and contract specialists, are in attendance to discuss plans for improvements at the site. Contact details for these individuals, from TJ Allnutt at USACE to contractors like Dexter Winder, are provided for coordination purposes. The project includes the assessment of underground utilities and emphasizes collaboration between federal and local contractors. This initiative underscores the government's commitment to infrastructure upgrades, which are crucial for enhancing operational efficiency in the region. By engaging multiple stakeholders in this site visit, the project ensures transparency and thorough input across sectors involved in the upgrade process.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Kansas City District, is soliciting bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at various locations including Mullanphy Bend and Weldon Springs. The project entails dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is unavailable. This initiative is crucial for maintaining navigability on the river and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with a firm-fixed-price award anticipated between $5 million and $10 million. Interested contractors can reach out to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil for further details.
    Electrical Upgrades at Barren River Lake
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for electrical upgrades at the control tower system located at Barren River Lake in Glasgow, Kentucky. The project requires the contractor to furnish all necessary personnel, equipment, and materials to install electrical upgrades, including converting the electrical system to a non-separately derived system and ensuring compliance with all applicable regulations. This initiative is crucial for enhancing the operational capacity and safety of the control tower system, with an estimated contract value between $25,000 and $100,000. Proposals are due by September 23, 2024, at 10:00 AM ET, and interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a site visit on September 17, 2024. For further inquiries, contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or by phone at 502-315-6463.
    Bonneville Headgate Repair Pit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from potential contractors for the Bonneville Headgate Repair Pit project at Bonneville Dam, located in Oregon. The primary objective is to rehabilitate the headgate repair pit to ensure a safe and efficient work environment for maintenance activities, including corrosion repair and component replacements, while adhering to industry standards such as ASHRAE and OSHA. This project is crucial for maintaining the operational integrity of the Bonneville Powerhouse, which plays a significant role in the Federal Columbia River Power System. Interested firms must submit their responses by October 15, 2024, with an estimated construction cost between $5 million and $10 million, and are encouraged to contact Kristel Flores or Andrea Smothers for further details.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.
    ST. LOUIS, ILLINOIS, FLOOD PROTECTION PROJECT, BID PACKAGE 14B
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the St. Louis, Illinois Flood Protection Project, Bid Package 14B. This project involves construction activities aimed at enhancing flood protection measures in the region, which is critical for safeguarding public and private properties from potential flood damage. The procurement is set aside for Historically Underutilized Businesses (HUBZone), emphasizing the government's commitment to supporting small businesses in designated areas. Interested contractors should note that the bid due date has been extended as per Amendment 0008, and they can reach out to Tracy Tenholder at tracy.n.tenholder@usace.army.mil or 314-331-8257 for further details, or Etta Schuchardt at Etta.Schuchardt@usace.army.mil or 314-331-8503 for additional inquiries.
    USACE SPK DBB Construction – USFS Campground – Lake Isabella, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking qualified contractors for a design-bid-build (DBB) construction project at the Lake Isabella Campground in California. The project involves the construction of new campsites and associated facilities for the United States Forest Service (USFS), including drainage systems, group campsites, vault-toilet buildings, and road improvements, with an estimated construction timeline of 365 days from the Notice to Proceed. This opportunity is significant for enhancing recreational facilities and ensuring proper drainage and access, with a projected contract value between $1,000,000 and $5,000,000. Interested contractors are invited to submit capability statements to Gilbert Coyle at gilbert.coyle@usace.army.mil by 8:00 a.m. Pacific Time on September 25, 2024.
    Barren River Lake Hydraulic Components Replacement, Barren River Lake, 11088 Finney Rd Glasgow, KY 42141
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of hydraulic components at Barren River Lake, located at 11088 Finney Rd, Glasgow, KY. The project requires contractors to furnish all necessary personnel, equipment, supplies, and materials to complete the replacement of hydraulic systems, ensuring that at least one system remains operational during the process. This procurement is crucial for maintaining the functionality and safety of the hydraulic systems at the lake, which are vital for operational efficiency and public safety. The estimated construction cost ranges from $100,000 to $250,000, with a firm-fixed price contract awarded to the lowest bidder. Interested contractors must submit their proposals by the extended deadline of September 20, 2024, at 3:00 PM, and can contact LaDonna Haug at ladonna.j.haug@usace.army.mil or 502-315-6196 for further information.
    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.
    Baker Bay Pile Dike Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Baker Bay Pile Dike Repair project located in Ilwaco, Washington. This federal contract involves the repair and replacement of existing pile dikes at the Mouth of the Columbia River, with a construction estimate ranging from $10 million to $25 million. The project is critical for maintaining navigational safety and environmental integrity in the region, requiring compliance with various federal regulations, including labor standards and environmental protections. Interested contractors must submit their proposals electronically by October 15, 2024, and can direct inquiries to Aragon Liebzeit at aragon.n.liebzeit@usace.army.mil or Michael Saldana at Michael.E.Saldana@usace.army.mil.