Repair by Replacement Lighting Building 299
ID: W519TC-25-R-A017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

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

    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the repair and replacement of emergency lighting systems in Building 299 at the Rock Island Arsenal in Illinois. The project aims to enhance safety and operational efficiency by modernizing the lighting infrastructure, which includes the installation of new lighting controls and emergency battery systems. This initiative is a total small business set-aside, with an estimated budget ranging from $1 million to $5 million, and requires completion within 730 calendar days from the Notice to Proceed. Interested contractors should contact Rhonda Ludwig at rhonda.k.ludwig.civ@army.mil for further details, with proposals due electronically by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The Rock Island Arsenal project (PR# 2024-1269) aims to repair the Emergency and Normal Lighting Systems in Building 299 via a Design-Build process. Key tasks include modifying existing lighting controls, installing a new lighting control system for all interior lighting, and implementing a central battery system to power the emergency lighting. Contractors are responsible for design services encompassing demolition and new construction while adhering to federal and site-specific regulations. The contract outlines detailed deliverables, including electronic design documents at various progress stages (60%, 95%, and final) and stipulates meetings to ensure project alignment. Construction will entail installing new lighting and emergency battery components. Strict safety, security, and environmental regulations are mandated, including compliance with OPSEC training and environmental protection measures. Contractors must submit plans and reports for waste management and hazardous materials, ensuring adherence to installation protocols. Ultimately, completion is expected within 730 calendar days post-award, emphasizing reducing disruption to the Arsenal's operations. The contract highlights the Army's commitment to maintaining operational efficiency alongside infrastructural improvements in compliance with regulatory standards.
    The document outlines a federal Request for Proposals (RFP) aimed at enhancing community resilience through environmental sustainability programs. The key objectives include reducing carbon emissions, promoting renewable energy sources, and improving local ecosystems. Funding will be allocated to projects that foster community engagement and meet specific benchmarks in sustainability. Applicants are encouraged to collaborate with local organizations and stakeholders to develop innovative solutions that address climate change challenges. The structure of the document details eligibility criteria, funding limits, timeline for proposal submissions, and expected outcomes for funded projects. Additionally, it emphasizes the importance of measurable impacts and long-term benefits to communities. This RFP seeks to facilitate partnerships between the federal government and local entities, thereby demonstrating a commitment to environmental stewardship and social responsibility. Through this initiative, the government aims to catalyze change at the community level while supporting broader national climate goals.
    The document outlines responses to solicitation questions for a lighting project at Building 299, clarifying contractor responsibilities and specifications. Key topics include site access, storage conditions for light fixtures, and waste disposal requirements, with contractors required to manage debris disposal without specified recycling targets. The government mandates the use of BAA (Buy American Act) compliant fixtures, while clarifying that the contractor must finalize fixture model numbers as part of the design-build process. All electrical wiring must be run in conduit, and two dedicated battery rooms are required, as opposed to the previously assumed single room, to address voltage drop concerns. The document emphasizes that the contractor is responsible for interpreting project requirements such as determining fixture placements and the design size of battery rooms, while the use of government equipment is prohibited. Overall, the responses focus on ensuring both compliance with regulations and successful project delivery under a design-build contract model. Understanding these details is critical for bidders to formulate accurate proposals and meet government standards.
    The solicitation document pertains to a lighting project in Building 299, detailing contractor responsibilities and requirements. Key issues address site visits (no additional visits allowed), on-site storage for fixtures, and contractor responsibilities for dumpster provision, with no specified recycling targets. Notably, all new light fixtures, including high bay types, must meet BAA standards. The project requires two new battery rooms for emergency lighting, with the contractor responsible for their design and compliance with necessary codes. There is clarification that the use of existing aerial lifts is prohibited, and all wiring must be run in conduit. The government emphasizes the project's design-build nature, requiring contractors to determine fixture replacements and battery room specifications. The document underscores the need for proper installation of emergency lighting systems and specifies the project budget range of $1M - $5M, requiring clear communication of requirements to all bidders. Overall, the file highlights critical considerations in compliance, design specifications, and project management obligations crucial for potential contractors responding to this RFP.
    The document outlines the scope of work for the repair and replacement of normal and emergency lighting in Building 299 at the Rock Island Arsenal, managed by the U.S. Army Garrison. A significant focus is placed on the submission and approval processes for various project-related schedules and documentation, including a Baseline Construction Schedule and a 3-Week Look Ahead Schedule, that must be submitted for government approval within specified timeframes. The Contractor’s Quality Control system is emphasized, requiring comprehensive documentation for compliance and communication with the Contracting Officer's Representative. Safety protocols are mandated, aligning with U.S. Army Corps of Engineers’ guidelines, which detail requirements for personnel qualifications, accident prevention, and health measures that must be adhered to throughout the project. Proper coordination, scheduling, and reporting must be maintained to ensure a safe and compliant work environment. The document captures the government's intention to enforce rigorous standards for construction practices, ensuring safety and efficiency in maintaining federal facilities.
    The U.S. Army Garrison at Rock Island Arsenal has initiated Project 2024-1269, focusing on the repair and replacement of normal and emergency lighting in Building 299. The project involves comprehensive planning and execution of lighting work, including the removal of existing fixtures, installation of new lighting systems, and adherence to safety and construction codes. The documentation contains a series of detailed drawings categorized into sections, including demolition plans for various areas, schedules for existing and new light fixtures, and general electrical notes. The structural framework outlines the responsibilities of the contractor, stressing the importance of coordination, verification of dimensions, compliance with electrical codes, and installation standards. Clear guidelines for protective measures during construction and requirements for obtaining necessary permits are also provided. This project aims to modernize the lighting systems while ensuring compliance with both safety and operational standards, reflecting the federal initiative to maintain and upgrade vital infrastructure within military facilities.
    The document outlines submission requirements and processes for a federal project titled "Bldg 299 Repair By Replacement Normal - Emergency Lighting" under contract number PR 2024-1269. It details various preconstruction submittals, including required plans, certifications, and reports essential for project execution and compliance. Key components include the Baseline Construction Schedule, Accident Prevention Plan, Contractor Quality Control Plan, and necessary warranties and operation manuals. Critical submittals such as accident reports, environmental management plans, and detailed product data are emphasized to ensure safety, quality, and adherence to regulatory standards. The document's structured format is designed to facilitate the review and approval process, stressing the importance of timely submission and approvals from relevant authorities. This systematic approach ensures that contractors meet construction quality and safety benchmarks, integral to federal and state project guidelines. The comprehensive register of submittals aids in tracking contractor actions and coordinating with approving entities, ultimately contributing to the successful execution of the project in alignment with government requirements.
    The document outlines the specifications and functionalities of various Clipsal® and Hubbell Building Automation sensors and controls used for lighting management within a networked environment. Key features include Light Level Sensors, Occupancy Sensors, and dynamic keypads designed to enhance energy efficiency and automation in both indoor and outdoor settings. The C-Bus Light-Level Sensor is designed to measure ambient light levels and control lighting circuits accordingly, with a programmable range of 5-150 foot-candles. Occupancy sensors utilize passive infrared (PIR) detection to manage lighting based on room occupancy, featuring adjustable settings to minimize false triggers. The Saturn™ Dynamic Labeling Technology keypads offer customizable control with multiple button configurations, including scene settings and timers. The Universal Voltage Power Pack supports sensor operation with automatic voltage detection, eliminating the need for numerous voltage-specific packs. This information is essential for government entities looking to implement sophisticated energy management solutions, ensuring compliance with energy-saving regulations and optimization of lighting systems in public facilities.
    The document outlines a Non-Hazardous Construction and Demolition (C&D) debris submittal process, including data related to waste management from construction projects. It specifies categories of materials divided into Civil, Architectural, Electrical, and Mechanical types and their estimated weights, landfill percentages, recycling rates, and diversion information. Each section presents data in a structured format, specifying the total weight of materials submitted, along with details on the weight of materials diverted to recycling, and notes on the respective vendors involved in the recycling process. The file serves as a foundational report for projects specifying waste management strategies necessary for compliance with federal and state regulations, primarily focused on reducing landfill waste and promoting recycling initiatives. This comprehensive data collection aids in efficient project management and environmental sustainability efforts within construction activities, highlighting the importance of material recovery in public infrastructure projects.
    The document outlines the General Decision Number IL20250001 for construction projects in specific counties across Illinois, focusing mainly on wage determinations under the Davis-Bacon Act. It specifies minimum wage rates for various trades such as asbestos workers, electricians, and carpenters, often differentiating between regions based on local labor conditions. Key requirements include adherence to Executive Orders 14026 and 13658 that govern minimum wage standards for federal contracts. Additionally, it highlights the necessity for contractors to submit wage conformance requests if needed classifications are not listed. The document provides a comprehensive overview of rates and fringe benefits for a variety of roles relevant to public construction projects, underscoring the importance of regulatory compliance to safeguard worker rights during building endeavors. The structure facilitates quick reference for contractors and ensures transparency in wage standards, essential for government-funded projects. This initiative represents the government’s commitment to fair labor practices while supporting infrastructure development.
    The document outlines a federal grant proposal aimed at improving mental health services through innovative community-based programs. It highlights the need for enhanced access to mental health resources and support systems, particularly in under-resourced areas. Key components of the proposal include funding for training mental health professionals, developing outreach initiatives, and establishing partnerships with local organizations to increase service availability. The proposal emphasizes evidence-based practices and includes mechanisms for measuring program effectiveness and community impact. Additionally, it outlines budgetary requirements, expected outcomes, and the role of various stakeholders in the implementation process. Overall, the initiative seeks to address critical gaps in mental health services by fostering collaborative efforts that promote mental well-being across diverse populations.
    The United States Army Contracting Command - Rock Island (ACC-RI) has issued a Request for Proposal (RFP) for the repair and replacement of emergency lighting systems in Building 299 at the Rock Island Arsenal in Illinois. The project, estimated to range from $1 million to $5 million, is set aside for small businesses. The contractor must complete the work within 730 calendar days from the Notice to Proceed, with penalties of $1,000 per day for delays. Offers must include specified performance and payment bonds, and bidders are required to submit past performance references for similar projects within the last five years. Proposals must be submitted electronically by a specified deadline and include itemized pricing along with adherence to local labor wage requirements. A site visit for interested contractors is scheduled to provide an overview of the work required. The solicitation will be publicly available on SAM.gov, emphasizing the government's commitment to transparency and fair competition among small business entities. Additionally, registered contractors in the System for Award Management (SAM) are mandated as a precondition for submitting proposals.
    The United States Army Contracting Command - Rock Island (ACC-RI) is soliciting proposals to repair and replace the emergency lighting systems in Building 299 at the Rock Island Arsenal, Illinois. This Request for Proposal (RFP), designated as a 100% small business set-aside, outlines that the project is valued between $1 million and $5 million, with performance and payment bonds required. Contractors must commence work within 45 days of receiving the Notice to Proceed and complete it within 730 calendar days. Failures to meet this timeline will incur liquidated damages of $1,000 per day. Offerors are required to provide past performance references for similar projects and to ensure their proposal includes complete pricing details. The work must comply with federal wage rate requirements and environmental regulations. A site visit is scheduled for July 8, 2025, to familiarize potential bidders with the project requirements. Proposals are due by July 30, 2025, and must be submitted electronically. This solicitation is pivotal for enhancing safety infrastructure at the facility, adhering to regulatory compliance, and providing opportunities for small businesses in government contracting.
    The United States Army Contracting Command - Rock Island (ACC-RI) issued a Request for Proposal (RFP) for the repair and replacement of emergency lighting systems in Building 299 at the Rock Island Arsenal, Illinois. This project is designated as a 100% small business set-aside and has an estimated budget between $1 million and $5 million. Proposals must comply with the project specifications and are subject to a series of requirements, including the furnishing of performance and payment bonds. The contractor must start work within 45 calendar days of receiving the notice to proceed and complete it within 730 calendar days. The solicitation requires sealed bids to include an offer guarantee and to adhere to the timeline for government acceptance. The accompanying documentation outlines essential clauses and requirements related to payment, contract performance, and the utilization of small businesses. This RFP demonstrates the government's commitment to encouraging small business participation in federal contracting while ensuring compliance with standards for construction and safety. The project aims for successful implementation within guidelines designed to protect public interests while facilitating necessary infrastructure improvements at military installations.
    This document outlines Amendment 00001 to a solicitation, indicating changes to the original tender process. The amendment addresses the extension of the deadline for offers—specifically noting acknowledgment protocols for this extension. Contractors must confirm receipt of the amendment via specific methods by the deadline to ensure their offers are considered valid. Additionally, the amendment incorporates the provision of site visit photographs and a sign-in sheet as new attachments, detailing the updated documents available for the project. The change log notes an increase in the page count for attachment 00010, related to site visit photos. The document maintains that all previous terms and conditions remain unchanged alongside the new additions. The amendment underscores the importance of contractor compliance with the acknowledgment process while providing essential information regarding the site visit to facilitate the bidding process in alignment with federal contract requirements.
    The document outlines an amendment to a solicitation (Amendment 00002) related to a federal contract. It specifies that the solicitation's deadline for receipt of offers has been extended, or explicitly states it has not been, and details the required acknowledgment of this amendment by the contractors. Methods of acknowledgment include submitting a signed amendment or referencing it in the offer. The amendment addresses contractor inquiries by referencing Attachment 00012, which contains answers regarding the Building 299 solicitation. The document also indicates that no other terms and conditions of the solicitation have changed. Furthermore, it lists attachments, updating the previous version by adding the link to the contractor questions and answers document. This amendment reflects procedural updates and clarifications necessary for potential bidders in the context of government RFPs, ensuring they have the pertinent information to finalize their proposals. Overall, the document emphasizes compliance with formal procurement processes while maintaining transparency and communication with contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FCI Marion - Replace High Mast Light #4
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a construction contract to replace High Mast Light 4 at the Federal Correctional Institution (FCI) in Marion, Illinois. The project involves the removal of an existing 100-foot high mast pole and lighting fixture, followed by the installation of a new pole, cables, wires, and LED fixtures, all in compliance with local codes and specifications. This procurement is significant for maintaining safety and security lighting at the facility, with an estimated project value between $100,000 and $250,000. Interested small businesses must register in the System for Award Management (SAM) and monitor the Contract Opportunity website for the solicitation, expected to be posted around December 22, 2025. For further inquiries, potential bidders can contact Luke Bonner at lbonner@bop.gov.
    183 CES Replace Security Forces Squadron Generator
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    Renovation of Building 12 Picatinny Arsenal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of Building 12 at Picatinny Arsenal in New Jersey. This project is a total small business set-aside under NAICS code 236220, with an estimated contract value between $5 million and $10 million, and it includes essential renovations and the potential addition of an emergency generator. The procurement process emphasizes the importance of compliance with various technical specifications and safety standards, particularly regarding mechanical and electrical systems, as well as adherence to the Buy American Act. Proposals must be submitted electronically by December 12, 2025, at 2:00 PM EST, to the designated contacts, Monica Coniglio and Matthew Lubiak, with a file size limit of 25MB per email.
    Installation of Electrical Base Feeds & Power Whips
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the installation of electrical base feeds and power whips at the Headquarters United States Military Entrance Processing Command (USMEPCOM) in North Chicago, Illinois. The project requires the contractor to install 32 new 120V electrical base feeds and 6 power whips, ensuring compliance with various electrical codes and standards, while providing all necessary labor, materials, and supervision. This procurement is a total small business set-aside, with an anticipated firm-fixed-price contract value of up to $19 million, and offers are due by December 8, 2025, at 11:00 AM EST. Interested contractors should contact Adam Buchert at adam.p.buchert.civ@army.mil for further details and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Lightning Protection Systems (LPS) Services & Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Lightning Protection Systems (LPS) services and repairs at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The contract, valued at $12,500,000, requires comprehensive testing, repairs, and maintenance for various LPS components, including Earth Covered Magazines and explosive buildings, with a base period starting January 21, 2026, and extending through four optional years. This procurement is critical for ensuring the safety and operational readiness of military facilities, emphasizing the importance of reliable lightning protection systems. Interested contractors must submit their quotes by 1:00 PM ET on December 12, 2025, and can direct inquiries to Bobie J. Burkett at bobie.j.burkett.civ@army.mil or by phone at 717-267-5283.
    FIXTURE,LED LIGHT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of LED light fixtures. This contract aims to fulfill specific requirements related to item unique identification, inspection, and acceptance of supplies, ensuring compliance with various technical and quality standards. The LED light fixtures are critical for enhancing operational efficiency and safety in military applications. Interested vendors should note that this opportunity is set aside for small businesses, and they can reach out to Danielle Dellisola at 771-229-0057 or via email at DANIELLE.DELLISOLA@NAVY.MIL for further details. The solicitation includes specific documentation and compliance requirements, with pricing valid for 60 days post-quotation submission.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    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.
    Draft RFP for Advanced Contracting Initiative – Regional Contracts for Debris Management Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking industry partners for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI-RCDMS). This procurement aims to establish ten Regional Single Award Task Order Contracts (SATOCs) for rapid and comprehensive debris removal services across the United States and its territories, supporting FEMA and federal disaster response efforts under the Stafford Act. The contracts, valued at an estimated $37 billion over a five-year period, are crucial for managing debris following natural and man-made disasters, ensuring public safety and infrastructure restoration. Interested parties must submit feedback on the draft solicitation by 2:00 PM on December 12, 2025, and can direct inquiries to Christopher McCabe or Brunson Grothus via their provided email addresses.