Power and Data relocation
ID: 47PJ0025R0056Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R8 ACQUISITION MANAGEMENT DIVISIONLAKEWOOD, CO, 80225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The General Services Administration (GSA) is seeking proposals from qualified contractors for a project focused on the relocation of power and data feeds in Room 215 of the federal building located in Aberdeen, South Dakota. The project entails the removal of approximately 32 existing electrical and data feeds, installation of nine new power and data feeds, and the running of new data cables to existing locations, all while ensuring compliance with safety and electrical standards. This initiative is part of the GSA's ongoing efforts to modernize federal facilities and enhance operational capabilities. Interested small businesses must submit their proposals by June 16, 2025, with an estimated project cost ranging from $25,000 to $100,000. For further inquiries, potential bidders can contact Corey J Roundfield at corey.roundfield@gsa.gov or Chad Andrews at chad.andrews@gsa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The GSA Solicitation No. 47PJ0025R0056 outlines a simplified acquisition construction contract for the Power and Data Relocation project in Aberdeen, South Dakota. This solicitation is specifically set aside for small businesses, requiring them to submit proposals that include a price proposal, technical proposal, and other necessary documents. Proposals must adhere to guidelines concerning formatting and contents, including a staffing and work plan, details of key personnel, and past performance on similar projects. The estimated project cost ranges between $25,000 and $100,000, with a proposal submission deadline set for June 16, 2025. A site visit is scheduled, and pre-registration is required for participants. This procurement method emphasizes the "Lowest Price Technically Acceptable" evaluation process, where only the lowest-priced proposals will be assessed for technical acceptability. Additional provisions cover compliance with the Buy American Act and contractor performance evaluation through the Contractor Performance Assessment Reporting System (CPARS). Overall, the document underscores the government’s intent to award the contract to the most qualified offeror while ensuring adherence to regulatory requirements and standards.
    This document outlines a federal government solicitation for commercial items, specifically for the installation and relocation of electrical power and data feeds at a federal building in Aberdeen, South Dakota. The solicitation form, identified by the requisition number 47PJ0025R0056, requests proposals for a firm fixed-price contract featuring nine new power feeds and various data feed removals and installations. Key administrative details include the offeror's requirements, due dates, and contact information, ensuring compliance with federal acquisition standards. The project timeline spans from March 10, 2025, to September 30, 2025, under the procurement service code Z2AA, focusing on the repair or alteration of office buildings. This solicitation grants an opportunity for businesses, particularly those eligible under small business set-asides, to participate in government contracting, with specific instructions to follow for proposal submissions and invoicing protocols. This procurement indicates the government’s ongoing infrastructure enhancement efforts, supporting modernization of facilities in line with operational needs.
    The General Services Administration (GSA) is initiating a simplified acquisition construction project for power and data relocation in room 215 of the federal building in Aberdeen, South Dakota. The contract entails removing 32 electrical and data feeds, installing nine new power and data feeds, and running new data cables. The contractor is expected to provide all necessary labor, materials, and tools, achieving substantial completion within 60 calendar days after receiving the Notice to Proceed. Key provisions include contractor responsibilities for permits, compliance with specifications, and submission of project schedules. Liquidated damages for delays are set at $244.39 per day. The contract emphasizes compliance with Buy American provisions, requiring the use of domestically manufactured construction materials where applicable. Additional clauses cover various administrative matters such as payment procedures, security clearances, and safeguarding controlled unclassified information. The overarching goal of this project is to enhance the functionality of the space while adhering to federal regulations and standards.
    The document outlines a structured plan for the installation and maintenance of IT systems within the property and supply facets of a government facility located at 320 First Street N.W., Washington, D.C. The layout includes various workstations (WS 1 through WS 17), server rooms, and specific equipment requiring power and data installations (indicated as P&D), alongside existing setups that should remain (noted as K). The table format suggests a detailed approach to infrastructure improvement, indicating a methodical assessment and categorization of areas needing upgrades for IT needs, associated with federal RFPs or grants. The focus is on integrating new technology and ensuring proper connectivity in alignment with government operational standards, emphasizing the need for careful planning in the modernization of government facilities. This project aligns with broader efforts to enhance government service efficiency through upgraded IT infrastructures.
    The document outlines the construction scope of work for a project to relocate power and data feeds in Room 215 of the Federal Building located in Aberdeen, South Dakota. The initiative is initiated by the U.S. General Services Administration (GSA), Region 8. Key tasks include the removal of existing electrical and data feeds, installation of new power and data feeds, and the provision of necessary safety measures to protect public access during the project. The contractor is responsible for labor, materials, supervision, and compliance with the National Electrical Code. Mandatory elements include installation of new cabling, proper labeling, system tests, and providing a method of procedures prior to commencement. A pre-proposal site visit is highlighted, and bidders must submit detailed pricing. The project completion timeframe is set for 30 calendar days following the notice to proceed. Furthermore, the document emphasizes the importance of safety, environmental standards, proper site maintenance, and adherence to GSA’s security and badging requirements. The comprehensive scope serves as a guideline for contractors to ensure compliance with federal regulations while enhancing the facility's capabilities.
    The document is a General Services Administration (GSA) solicitation (No. PJ0025R0056) that outlines necessary representations and certifications required from offerors seeking federal contracts. It identifies certain deviations from Federal Acquisition Regulation (FAR) provisions, highlighting that existing compliance requirements regarding civil rights and nondiscrimination remain unaffected. Key components include the establishment of the North American Industry Classification System (NAICS) code for the acquisition, small business size standards, and the necessity for registering in the System for Award Management (SAM). The solicitation specifies applicable FAR provisions, including certifications on independent price determination, disclosures related to payments, and compliance with veteran employment and telecommunications regulations. There are also guidelines regarding CAGE code reporting and adherence to the Federal Acquisition Supply Chain Security Act orders. This solicitation aims to ensure that entities applying to government contracts are compliant with multiple regulatory requirements, reflecting a robust adherence to legal and ethical standards. Overall, the document serves as a guide for offerors on the prerequisites to engage with federal contracting processes.
    The document outlines wage determination guidelines for building construction projects in Brown County, South Dakota, under General Decision Number SD20250006, effective March 14, 2025. It specifies that contractors must adhere to the Davis-Bacon Act, which mandates minimum wage rates based on federally imposed Executive Orders 14026 and 13658. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.75 per hour; for those awarded between January 1, 2015, and January 29, 2022, the rate is $13.30 per hour. Various construction job classifications and their corresponding wage rates and fringe benefits are provided, ranging from asbestos workers to electricians. The document also includes provisions for compliance and conformance requests for additional classifications not listed. Moreover, it details the appeals process for wage determination disputes, emphasizing the importance of worker protections and proper compensation in federal contracting, in line with current labor standards. In the context of RFPs and federal grants, this wage determination reflects the commitment to fair labor practices in government-funded projects.
    The document outlines Universal Scope Requirements for projects managed by the Public Buildings Service (PBS) relating to safety, health, environments, energy, sustainability, and historic preservation. It mandates contractors adhere to rigorous safety and health measures during work execution, including compliance with OSHA standards and submission of specific safety plans. Asbestos inspections are required prior to renovations or demolitions involving asbestos-containing materials, with clear protocols for assessments and reporting. Guidelines for handling lead paint are similarly stringent, requiring management plans and compliance with federal regulations. Moreover, projects must prioritize accessibility standards and maintain indoor air quality during construction through approved management plans. Sustainability is emphasized through regulations on purchasing environmentally-friendly products and materials. For historic properties, preservation practices must comply with the National Historic Preservation Act, ensuring careful coordination with preservation specialists. By consolidating these requirements, the document aims to ensure safety, compliance, and preservation of public buildings, serving as crucial guidelines for prospective contractors responding to government RFPs.
    Lifecycle
    Title
    Type
    Power and Data relocation
    Currently viewing
    Presolicitation
    Similar Opportunities
    Giese Road Substation Feeder 24 Backfeed
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the Giese Road Substation Feeder 24 Backfeed project, which involves electrical medium voltage construction services in Batavia, Illinois. The project requires the installation of overhead feeders, underground duct banks, and the pulling and testing of 15kV power cables, with all work to be completed by February 1, 2026. This opportunity is set aside for small businesses under NAICS code 238210, emphasizing the importance of compliance with safety and quality standards, including the Davis-Bacon Act wage rates and Buy American requirements. Interested contractors must submit their proposals by December 24, 2025, and direct any inquiries to Gina M. Kern at ginakern@fnal.gov.
    1 Gbps Symmetrical Ethernet DIA, Rapid City, SD
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking proposals for 1 Gbps symmetrical Ethernet Dedicated Internet Access (DIA) services for its Dakota Water Science Center located in Rapid City, SD. This procurement includes a base year and two option years, emphasizing the need for reliable internet connectivity supported by fiber optic media, IPv4/IPv6 interoperability, and 24/7/365 Network Operations Center (NOC) support, along with a Service Level Agreement (SLA). The opportunity is classified under NAICS code 517111 and Product Service Code DG10, with quotes due by December 17, 2025, at 5:00 PM ET, submitted via email to Elizabeth Adam at eadam@usgs.gov. Evaluation criteria will prioritize technical capability and past performance over price, ensuring that the selected vendor meets the essential requirements outlined in the solicitation.
    GSA Leasing Support Services Max (GLS Max)
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for the GSA Leasing Support Services Max (GLS Max) contract, which will provide leasing support services to assist in the acquisition of leasehold interests and related real estate services for federal tenants. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a base year and four option years, focusing on lease acquisitions, post-award services, lease renewals, and lease extensions, with compensation derived from negotiated real estate commissions paid by building owners rather than direct payments from GSA. This procurement is crucial for ensuring effective lease management and support for GSA's operations, with proposals due by 4:00 PM (Eastern Time) on May 5, 2025, and an estimated contract award value of at least $50,000 per awardee. Interested parties can contact Felipe P. Jolles at felipe.jolles@gsa.gov or Christine Allen at christine.allen1@gsa.gov for further information.
    GSA Seeking Office Space for Lease in Green Bay, WI
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the lease of office space in Green Bay, Wisconsin, specifically requiring between 16,597 and 17,470 ABOA square feet of contiguous space. The leased space must be located within a commercial office district, accessible 24/7, and meet various federal standards, including ISC Facility Security Level III and fire safety regulations. This procurement is crucial for accommodating government operations in a modern and secure environment, with offers due by December 24, 2025, at 11:59 PM CST, and occupancy anticipated around June 1, 2027. Interested parties should contact Donald V. Padrnos or Kovas I. Palubinskas for further information and must submit their proposals electronically via the Requirement Specific Acquisition Platform (RSAP).
    Pago Pago TSA Space Renovation, American Samoa
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining operational efficiency and enhancing the working environment for TSA personnel. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on February 20, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.
    North Calais IA Land Point of Entry Roof Replacement
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for a roof replacement project at the Calais IA Land Port of Entry (LPOE) in Calais, Maine, following severe wind damage to the existing TPO roof. The project entails the complete removal of the damaged roofing materials, including parapet wall components, TPO membrane, Dens Deck, and insulation panels, while ensuring the building remains operational during the process. This procurement is crucial for maintaining the integrity and functionality of the commercial building, with an emphasis on improving drainage and preventing water ponding through the installation of new insulation and roofing materials. Interested firms must be registered in SAM.gov and are encouraged to contact Joseph Spado III at joseph.spado@gsa.gov or 347-225-1193 for further details, as the project is set aside for small businesses and is expected to commence with a site walk once the solicitation is open.
    Product Support
    General Services Administration
    The General Services Administration (GSA) is seeking product support services through a federal contract under the Federal Acquisition Service, specifically within the GSA FAS AAS Region 3. This opportunity involves a Justification for Exclusion to Fair Opportunity for Modification P00063, which is posted in accordance with the Federal Acquisition Regulation (FAR) 16, indicating a specialized procurement process. The services are categorized under professional engineering and technical support, highlighting their importance in maintaining operational efficiency at the Aberdeen Proving Ground in Maryland. Interested parties can reach out to Brenton Michonet at brenton.michonet@gsa.gov or Eileen Flanigan at eileen.flanigan@gsa.gov for further details regarding this opportunity.
    General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY
    General Services Administration
    The General Services Administration (GSA) is seeking qualified general contractors to provide full construction services for the Water Infiltration Remediation project - Phase II at the Alexander Hamilton U.S. Customs House in New York, NY. This project involves significant historic preservation work, including façade restoration, roof replacement, window replacement, and the conservation of fine arts murals and sculptures, as part of a larger repair and alteration initiative. The anticipated contract, valued between $70 million and $80 million, will be awarded through a best value procurement method, with a projected period of performance of approximately 210 weeks, beginning with a Notice to Proceed expected in February 2027. Interested contractors must submit a Capability Statement by 3:00 PM EST on January 9, 2026, to Lisa Zalar at lisa.zalar@gsa.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified contractor for the inspection, testing, and repair of electrical breakers and protective relays at its Washington, D.C. campus, which spans 1.5 million square feet. The contractor will be responsible for periodic testing of critical electrical equipment in accordance with NETA MTS 2023 standards, ensuring safe operations and compliance with safety regulations, including NFPA and OSHA requirements. This procurement is crucial for maintaining the reliability of electrical systems and protecting personnel, with work expected to be completed within 14 weeks from the award date. Proposals are due by December 31, 2025, at 5 PM EST, and interested parties should contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov for further information.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals 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 readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.