J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
ID: 140P9725Q0097Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

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

    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking qualified contractors to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading and modifying the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety of the electrical infrastructure. This procurement is a total small business set-aside, with a performance period anticipated from September 24, 2025, to May 1, 2026, and offers are due by December 9, 2025, at 1700 ET. Interested parties can contact Ronald Bunch at ronald_bunch@nps.gov or by phone at 907-201-7719 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Wage Determination No. 2015-5685, outlines the minimum wage rates and fringe benefits for service contract employees in specific Alaskan boroughs (Haines, Juneau, Ketchikan Gateway, Prince of Wales, Sitka, Skagway-Yakutat, Wrangell-Peters) for 2025. It specifies that contracts entered into or renewed after January 30, 2022, are subject to Executive Order 14026, requiring a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, and not renewed, fall under Executive Order 13658 with a minimum of $13.30 per hour. The document details various occupational wages, outlines benefits like health and welfare (with different rates for EO 13706), vacation, and twelve paid holidays. It also includes provisions for hazardous pay differentials (8% or 4%), uniform allowances, and procedures for conforming unlisted occupations and wage rates (SF-1444 process).
    The National Park Service is seeking a contractor for the Glacier Bay National Park and Preserve to upgrade and modify the electrical distribution system. This project, detailed in the Statement of Work, aims to correct code violations, improve grounding and neutral systems, and replace outdated components to enhance system reliability and safety. Key tasks include installing neutral/ground conductors, replacing switchgear rating plugs, re-terminating load break elbows, repairing cable jackets, upgrading feeders, replacing junction bars with above-grade cabinets, and installing security enhancements and a new service disconnect. The contractor must have a minimum of five years' experience, a valid Alaska State Electrical License, and ensure all field work is performed under a Journeyman Lineman. The anticipated performance period is September 24, 2025, to May 1, 2026, with strict adherence to safety, environmental, and cultural compliance measures. All work must conform to contract requirements, and only the Contracting Officer has the authority to approve changes.
    The document is a map titled "Glacier Bay National Park Bartlett Cove Utilities" prepared on December 16, 2011. It depicts utility assets, specifically transformers, within the park. The map includes a scale in miles with increments of 0, 0.125, and 0.25 miles. Various alphanumeric codes, such as T-9, T-7, T-6, T-5, T-4, T-3, T-2, T-1, T-7a, T-19, T-18, T-17, T-15, T-16, T-14, T-13, T-12, T-11, T-10, T-6A, T-2a, MOST5, MOST4, MOST3, MOST2, and MOST1, are present, likely indicating specific locations or types of utility infrastructure. The primary purpose of this document is to provide a geographical overview of utility assets within Bartlett Cove, Glacier Bay National Park, for planning, maintenance, or operational purposes.
    The document, an amendment to RFP 140P9725Q0097, addresses questions regarding electrical infrastructure upgrades. Key requirements include the presence of a Journeyman Lineman with an Alaska Fitness Card, a legal mandate under Alaska Administrative Code. Trenching for neutral/ground conductors must adhere to NEC 300.5, with minor brushing allowed for equipment access. Six 15kV load break elbows require re-termination due to insulation screen exposure, using #2CU, 220mil, 133% insulation, tape shield cable. The feeder upgrade involves 500kcmil copper conductors over an approximate 50-foot run. Six underground junction bars (four 4-way and two 3-way) are to be replaced with above-grade sectionalizing cabinets, preferably low-profile 12-gauge mild steel in Munsell Green. Finally, a 400 AMP service disconnect breaker will be installed in an existing electrical box at Glacier Bay Lodge, with details provided in attachments.
    This document addresses questions and answers related to federal government RFP 140P9725Q0097, focusing on electrical infrastructure upgrades. Key topics include the routing of neutral lines and pull boxes, with a preference for directional drilling when crossing paved areas. The project is subject to Buy American Act (41 U.S.C. chapter 83) and FAR 25.201(b)(2)(ii) requirements for materials, especially iron and steel. The vendor is responsible for calling 811 for ACS line locates, while the park will assist with park-owned utilities. Work is not in AK DOT ROW or established wetlands. Cultural monitors will be provided by NPS. Outages require 48-hour advance scheduling, cannot exceed four hours, and are prohibited from May 15th to September 15th. Sunday and holiday work are generally not permitted. The document also clarifies details regarding the replacement of a 1000A rating plug with an 800A plug in generator switchgear and the installation of a new 400 AMP service disconnect breaker in an existing Square D type NQOB panelboard at the Glacier Bay Lodge to allow emergency power isolation.
    This document addresses questions and answers related to government contract 140P9725Q0097 at Amendment 04, focusing on various electrical infrastructure upgrades. Key requirements include the presence of a Journeyman Lineman with an Alaska Fitness Card for supervision, as legally mandated by Alaska Administrative Code Title 8, Chapter 90. The project details specific tasks such as installing a #4 AWG neutral/ground conductor with a minimum trench depth per NEC 300.5 and accessible by mini-excavator. It also involves re-terminating six 15kV load break elbows due to insulation screen exposure, utilizing existing Pirelli (Prysmian) #2CU, 220mil, 133% insulation, tape-shielded cable. Additionally, the project requires upgrading a feeder from the generator switchgear to the transformer with 500kcmil copper conductors over an approximate 50-foot run, and replacing six underground junction bars (four 4-way and two 3-way) with preferred low-profile, twelve-gauge mild steel above-grade sectionalizing cabinets. A 400 AMP service disconnect breaker will be installed at Glacier Bay Lodge. The payment schedule is phased: 31% for neutral ground work, 36% for junction bar and cabinet installation, and the remaining 33% upon full delivery and acceptance. The contractor must obtain a Stormwater Pollution Prevention Plan (SWPPP) from the Alaska Department of Environmental Conservation (ADEC).
    Amendment 0001 to Solicitation 140P9725Q0097, issued by the NPS, ARO - Alaska Regional Office, modifies the original solicitation. This amendment aims to provide answers to vendor questions and includes nine additional supplemental picture/drawing documents. It also clarifies that offers must acknowledge receipt of this amendment by completing copies, acknowledging on submitted offers, or via separate communication, all prior to the specified hour and date for offer receipt. Failure to acknowledge may result in offer rejection. The amendment was issued on August 26, 2025, with an offer due date of September 11, 2025. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0002 to solicitation 140P9725Q0097 re-opens the Request for Quotations (RFQ) as of August 26, 2025, with a new closing date of October 16, 2026. This amendment also revises the estimated period of performance to November 6, 2025, through June 1, 2026. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, or by other specified methods, to the NPS, ARO - Alaska Regional Office in Anchorage, AK.
    This amendment, 140P9725Q0097/0003, extends the Request for Quotation (RFQ) closing date to November 6, 2025, at 17:00 ET. The extension is due to an ongoing government shutdown, which has furloughed the Contracting Office and the requirement-customer. This has prevented responses to vendor questions. The purpose of this amendment is to allow time for the furloughed personnel to return to operational status, address vendor inquiries, and post the answers in a follow-on amendment to facilitate accurate quoting. All other terms and conditions of the solicitation remain unchanged. Interested parties are encouraged to email any further questions.
    Amendment 04 to solicitation 140P9725Q0097 reopens the Request for Quote (RFQ) process, establishing a new closing date of December 4, 2025, at 1700 hrs ET. This amendment also includes responses to vendor questions related to the RFQ and revises the estimated performance period to December 30, 2025, through June 30, 2026. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered valid.
    Amendment 05 to Solicitation 140P9725Q0097 extends the closing date for offers to December 9, 2025, at 1700 hrs ET. Additionally, it announces the posting of answers to vendor questions regarding the Request for Quotation (RFQ) and revises the estimated performance period to January 6, 2026, through July 5, 2026. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, or by other specified methods, to ensure their offer is not rejected.
    This Request for Quotation (RFQ) 140P9725Q0097, issued by the National Park Service (NPS) Alaska Regional Office, seeks bids for correcting medium voltage deficiencies at Glacier Bay National Park, Alaska. This is a small business set-aside, aiming to result in a firm-fixed-price purchase order. The RFQ was issued on August 26, 2025, and quotations are due by September 15, 2025, at 1700 EDT. Questions regarding the RFQ must be submitted by September 10, 2025, at 1700 EDT. The performance period for the work is from September 24, 2025, to May 1, 2026. Ronald Bunch is the contracting officer for this project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    FTG267 R and C 80KVA UPS Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational continuity within the facility, which plays a vital role in national defense operations. The procurement is set aside for small businesses under the SBA guidelines, and interested contractors must request a copy of the solicitation and any amendments by contacting Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil. For further inquiries, Brittney Morrison can also be reached at 907-753-2894.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Buyer not available
    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.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Y--Beach Access Upgrades
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement aims to replace the excitation system equipment, with a contract value anticipated between $5 million and $15 million, and is exclusively set aside for small businesses under NAICS code 237990. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical generation capabilities. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to attend a pre-bid site visit on October 1, 2025. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Buyer not available
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.