80KW GENERATOR REPLACEMENT CRYSTAL RIVER, FLORIDA
ID: 140FS324R0025Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of an 80 kW generator at the Crystal River National Wildlife Refuge in Florida. The project entails the removal of the existing generator and fuel tank, installation of new equipment, and ensuring compatibility with current electrical systems, with a focus on safety and operational efficiency. This procurement is vital for maintaining the functionality of the refuge's headquarters, reflecting the agency's commitment to safety and reliability in its operations. Interested small businesses must submit their proposals by the due date, with a pre-proposal site visit scheduled for September 3, 2024, and all inquiries due by September 13, 2024. For further information, contact Todd Annes at todd_annes@fws.gov or call 413-253-8708.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (USFWS) is seeking to replace an unreliable and unsafe 80kw diesel generator and fuel tank at the Crystal River National Wildlife Refuge headquarters. The project involves the removal of the existing generator and tank, installation of new equipment, and ensuring compatibility with current electrical systems. Key deliverables include site assessments, proper electrical connections, compliance with safety codes, and training for refuge staff on the new system. A pre-proposal site inspection is scheduled for September 3, 2024, with all proposal questions due by September 13, 2024. The contractor must coordinate work during weekdays, ensuring site safety and cleanliness. This project reflects USFWS's commitment to maintaining operational efficiency and safety at its facilities.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, indicating minimum wage rates for various occupations within Florida's Citrus County. It specifies that contracts subject to the Act must adhere to the minimum wage rates prescribed by Executive Orders 14026 and 13658, effective January 30, 2022. The current minimum wage for covered workers is noted as $17.20 per hour, with historical rates for contracts awarded prior to this date. The document provides detailed wage rates for numerous occupations, including administrative, automotive, health, and service positions, with fringe benefits required per occupation. Additionally, it outlines requirements for paid sick leave, paid vacation, and holiday benefits for employees under these contracts. The purpose of the document is to ensure fair compensation for workers on government service contracts, reinforcing labor standards and compliance with federal regulations in the context of RFPs and government contracts. It serves as a guideline for both contractors and employees regarding wage entitlements and benefits mandated by federal law.
    The document is a Past or Present Performance Survey intended for government contracts, guiding companies in reporting their business information and contract performance. It requests essential details such as the company's name, address, establishment date, and management structure, as well as the UEI number and small business status. The core of the survey involves providing details on up to three contracts or subcontracts, including contracting agency names, points of contact, contract amounts, project titles, and general project scopes. Companies must specify their roles, describe any subcontracted work, indicate total subcontract amounts, note completion dates, and detail any quality or safety issues encountered, along with their resolutions. A certification section concludes the document, requiring the survey preparer's contact information and signatures. The survey serves as a tool for evaluating past performance, which is crucial for federal RFPs and grants, ensuring potential contractors demonstrate their capabilities and compliance with quality and safety standards.
    The document outlines a Request for Proposal (RFP) for the replacement of a generator at the Crystal River National Wildlife Refuge in Florida. The RFP specifies the requirement for an 80 kW generator to service the Headquarters office, with a delivery date set for April 11, 2025. The solicitation includes essential details such as the offer due date, contact information for both contracting and technical points of contact, and a schedule of supplies and services. The document integrates clauses and provisions from the Federal Acquisition Regulation (FAR), emphasizing compliance with various legal requirements essential for federal contracts. The RFP encourages participation from small business concerns, including service-disabled veteran-owned and economically disadvantaged women-owned businesses, affirming that this contract is set aside for small businesses. Bid evaluation will weigh price and past performance equally, ensuring that the government selects the most advantageous offer while retaining the right to award the contract to other than the lowest bidder. Overall, the RFP represents an opportunity for contractors to engage with federal procurement processes, ensuring adherence to legal compliance and promoting small business participation in government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--GAOA - Show Pool Shelters Replacement and Site Res
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the Show Pool Shelter and site restoration at the Seney National Wildlife Refuge in Michigan. This project, designated under Solicitation Number 140FGA24Q0024, requires small businesses to provide comprehensive proposals that include costs for materials, labor, and supervision, with a focus on environmentally responsible practices and compliance with federal regulations. The successful contractor will undertake the demolition of the existing shelter, construction of a new facility, and restoration of the surrounding area, with a performance period extending from October 3, 2024, to April 1, 2025. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    REHAB QUARTERS #28 Electrical - VT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the rehabilitation of electrical systems at Quarters 28, located at the Dwight D. Eisenhower National Fish Hatchery in Vermont. The project aims to upgrade the electrical and mechanical systems of a 1,200 square-foot residence to ensure safe living conditions for staff, including the installation of new electrical wiring, receptacles, and energy-efficient HVAC options. This initiative is critical for maintaining affordable housing for staff while enhancing safety and energy efficiency. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024. Interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    Z--WY-BOYSEN PP G1 AND G2 GENERATOR REWINDS
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Boysen Powerplant Modernization Project, specifically focusing on the rewinding of generators G1 and G2 in Wyoming. The project entails significant maintenance work, including the removal and installation of windings and stator cores, as well as asbestos abatement, with a total estimated budget exceeding $10 million and a performance period from November 15, 2024, to November 14, 2028. This initiative is crucial for maintaining the operational efficiency and safety of hydroelectric facilities, reflecting the federal government's commitment to infrastructure modernization and environmental compliance. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Mitchell Frost at mfrost@usbr.gov.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    Portable Generator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for the procurement of a portable generator. The generator must meet specific technical requirements, including a 16 KW, 60 HZ, gas-powered Honda GX-690 engine, and must comply with various regulatory standards, including a mercury-free clause. This procurement is crucial for ensuring reliable power supply at the shipyard, supporting operational readiness and maintenance activities. Proposals are due by 12:00 PM on September 19, 2024, and interested vendors should contact Michelle Augustus at michelle.r.augustus.civ@us.navy.mil or 757-396-4922 for further details.
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--AMD3-PUERTO RICO (VIEQUES ) CARACAS RESTROOM REHAB
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of restroom facilities at the Vieques National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona. The project involves the demolition of existing wooden compost restrooms and the installation of two new pre-cast concrete comfort stations, with a contract duration of 90 days post-Notice to Proceed (NTP). This initiative is crucial for restoring essential visitor amenities while ensuring compliance with accessibility standards and hurricane-resistant construction practices. Interested contractors must acknowledge amendments to the solicitation and submit proposals by the revised deadline of 1:00 PM, with the performance period set from November 1, 2024, to January 31, 2025. For further inquiries, contact Tina Baker at tinabaker@fws.gov.