Garrison Riverdale Feeder Relocation
ID: W9128F25R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

MAINTENANCE OF EPG FACILITIES - OTHER, INCLUDING TRANSMISSION (Z1MZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 24, 2025, 12:00 AM UTC
  3. 3
    Due Feb 11, 2025, 8:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Garrison Riverdale Feeder Relocation project in North Dakota, aimed at relocating utility infrastructure at Garrison Dam. This project involves the construction of new power poles, underground duct banks, and enhancements to electrical installations, with an estimated cost between $1,000,000 and $5,000,000, emphasizing the importance of safety, quality, and compliance with federal regulations. Interested small businesses must submit detailed proposals, including project management plans and evidence of relevant experience, by the deadline of February 11, 2025, with the project completion window set between April 16, 2025, and November 1, 2025. For further inquiries, contact Lynne D. Reed at lynne.d.reed@usace.army.mil or Nadine Catania at nadine.l.catania@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Jan 25, 2025, 12:03 AM UTC
The document outlines a government Request for Proposal (RFP) regarding the Riverdale Feeder Relocation project at Garrison Dam, North Dakota. Managed by the U.S. Army Corps of Engineers, the project focuses on relocating existing feeder lines, installing new power poles, and establishing underground duct banks for efficient electrical distribution. Key aspects include adherence to federal construction standards, plans for underground and overhead installations, and careful coordination concerning existing utilities such as water and fiber optic lines. Additionally, the document specifies details regarding construction methods, materials required, safety measures, and the sequencing of tasks to mitigate disruptions during installation. Included engineering drawings depict site layouts, detailing the precise locations for electrical components and necessary specifications to ensure compliance with safety regulations. The RFP reflects the U.S. Government’s commitment to infrastructure improvement and compliance with environmental and safety standards. The overall objective is to enhance electrical infrastructure reliability at the Garrison Dam, ensuring continued operational efficiency while maintaining safety and environmental integrity throughout the construction process.
The Garrison Riverdale Feeder Relocation project (Project GR00109), initiated by the U.S. Army Corps of Engineers, aims to solicit proposals from small businesses for construction work involving the relocation of utility infrastructure at Garrison Dam, North Dakota. The estimated cost ranges from $1,000,000 to $5,000,000, with a focus on enhancing electrical installations, earthwork, and support facilities for a successful transition. Contractors must adhere to detailed submission requirements, including a project management plan and evidence of prior relevant experience through submitted project narratives. Proposals will be evaluated based on past performance, technical approach, and personnel qualifications. A comprehensive evaluation process will determine the best offer based on the outlined factors, ensuring compliance with federal, state, and local regulations. Deadline for sealed bids is set for 11 February 2025, requiring all submissions to include necessary bonding and financial information. The project underscores the government's commitment to utilizing small businesses while emphasizing rigorous adherence to safety and quality standards in executing the project effectively.
The document outlines the specifications for the Riverdale Feeder Relocation construction project at Garrison Dam, ND, managed by the US Army Corps of Engineers. It covers general requirements, payment measures, and administrative specifics for the project. The contractor is required to adhere to strict provisions regarding the protection of existing facilities, rights-of-way, and environmental safeguards. Key sections include construction schedules, quality controls, safety protocols, and coordination with other contractors and utility services. The document provides detailed payment structures for various contract line item numbers (CLINs), including labor, materials, system testing, and as-built drawings. Additionally, it emphasizes compliance with federal regulations, including wage determinations and cybersecurity measures during construction. The completion window is specified between April 16, 2025, and November 1, 2025, with special attention to adverse weather impacts and potential delays. This solicitation aims to ensure a comprehensive framework that promotes efficiency, safety, and regulatory adherence throughout the construction process.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
GSU Transformer Supply, Oahe Dam, SD & Ft Peck Dam, MT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the supply of Generator Step-Up (GSU) transformers for the Oahe Dam in South Dakota and the Fort Peck Dam in Montana. The procurement involves the design, manufacturing, delivery, and testing of a total of 12 GSU transformers, including ancillary components, with specific requirements for factory acceptance testing and final commissioning. These transformers are critical for the electrical infrastructure supporting power generation at both dam sites, ensuring reliable energy distribution. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by August 6, 2025, with inquiries directed to Brandie Murphy at Brandie.L.Stallsworth@usace.army.mil or Marc Proietto at marc.proietto@usace.army.mil.
GSU Transformer Supply, Oahe Dam, SD & Ft Peck Dam, MT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is preparing to solicit bids for the supply of generator step-up (GSU) transformers for the Oahe Dam in South Dakota and the Fort Peck Dam in Montana. The procurement includes the design and manufacturing of a total of 12 new GSU transformers, along with ancillary components, factory acceptance testing, and delivery to the respective power plants, where final acceptance testing and commissioning will be conducted by a separate installation contractor. This project is critical for maintaining the operational efficiency of the power generation facilities at both dams. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued around April 7, 2025, with a closing date around June 12, 2025. For further inquiries, contact Brandie Murphy at Brandie.L.Stallsworth@usace.army.mil or Marc Proietto at marc.proietto@usace.army.mil.
ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. The procurement aims to enhance the safety and structural integrity of the dam, addressing critical issues identified in previous assessments, including internal erosion and geological stability concerns. This project is significant for maintaining infrastructure resilience and ensuring compliance with federal safety regulations, reflecting the government's commitment to public safety and environmental stewardship. Interested contractors must submit their proposals electronically by April 18, 2025, and can direct inquiries to Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.
USDA Dairy Forage Research Center (DFRC)
Buyer not available
The U.S. Army Corps of Engineers is soliciting proposals for the construction of a new Dairy Forage Research Center (DFRC) in Prairie du Sac, Wisconsin, with an estimated budget between $25 million and $100 million. The project aims to provide comprehensive facilities to support the USDA Agricultural Research Service's mission, accommodating up to 452 lactating cows, 144 calves, and extensive crop production across approximately 642,000 gross square feet. This initiative is critical for advancing agricultural research and improving dairy production practices through modern infrastructure. Interested contractors must submit their proposals by May 27, 2025, and can direct inquiries to Nicole Parker at nicole.l.parker@usace.army.mil or Jeffrey Wyant at jeffrey.w.wyant@usace.army.mil.
Northwest Division Powerhouse Life Safety Upgrades Phase 1
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Walla Walla District, is seeking interested contractors for the "Northwest Division Powerhouse Life Safety Upgrades Phase 1" project. This opportunity involves a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) aimed at renovating and upgrading life-safety systems at hydroelectric powerhouses across various locations in the Pacific Northwest, including Washington, Oregon, and Idaho. The total procurement value is anticipated to be $99 million, with the intent to award up to four contracts, each featuring a three-year base period and two optional two-year extensions. Interested firms must submit their responses by April 25, 2025, to Chandra D. Crow at chandra.d.crow@usace.army.mil, including a capability statement and relevant project experience.
Y--Construction of Power Line
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line, specifically the installation of around 150 utility power poles in Topock Marsh, Mohave County, Arizona. This project is a total small business set-aside under NAICS Code 237130, with an estimated construction cost ranging from $1 million to $5 million, and aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge. Proposals must be submitted by May 2, 2025, at 2:00 PM Pacific Time, with a site visit scheduled for March 27, 2025, and all inquiries due by March 31, 2025. Interested contractors can contact Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368 for further details.
Lock & Dam 7 Outdraft Modification
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the Lock & Dam 7 Outdraft Modification project located in La Crescent, Minnesota. This procurement involves modifying the existing weir and constructing a new rock weir structure at Lock & Dam 7, in accordance with the provided contract drawings and specifications. The project is significant for enhancing the infrastructure of non-building facilities, and it is set aside 100% for small businesses, with a firm fixed-price contract expected to range between $5 million and $10 million. Interested parties should contact Justin H. Rose at justin.h.rose@usace.army.mil or by phone at 651-290-5422 for further details.
Rewire Power and Data- Small Arms Range
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is conducting market research to identify vendors for a project titled "Rewire Power and Data - Small Arms Range." This project involves construction activities aimed at repairing existing power and communications cables at a small arms range, which will include modifications to target emplacements and the installation of new power outlets and a data panel for future systems. The estimated contract value ranges from $1.5 million to $3 million, with a performance period of 365 days from the issuance of the Notice to Proceed. Interested parties must submit their capabilities statements and organizational details by 4 PM (PDT) on May 9, 2025, to the primary contact, Alfonso Nolasco, at alfonso.nolasco@usace.army.mil.
Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the "Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades" project, which involves significant upgrades to the hydraulic system at the Lower Granite Lock and Dam in Pomeroy, Washington. The project aims to enhance operational efficiency by replacing the intake gate hydraulic system, including the installation of new hydraulic cylinders, support beams, and a hydraulic power unit, organized into three distinct phases to ensure safety and compliance with regulations. This initiative is crucial for maintaining the infrastructure of the facility, with an estimated contract value between $10 million and $25 million. Interested small businesses must submit their proposals electronically by May 16, 2025, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
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.