GAOA Bessey Group Electrical
ID: 1282B125R0009Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICENebraska National ForestCHADRON, NE, 69337, 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
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 28, 2025, 12:00 AM UTC
  3. 3
    Due Feb 8, 2025, 12:00 AM UTC
Description

The U.S. Department of Agriculture's Forest Service is soliciting proposals for the GAOA Bessey Group Electrical project, which involves upgrading the electrical systems at the Group and Cedar Loop Campgrounds in Halsey, Nebraska. The contractor will be responsible for removing existing RV pedestals and associated electrical systems and replacing them with new 50-amp pedestals as part of a broader initiative to enhance electrical reliability and safety for campground users. This project is significant for maintaining infrastructure that supports recreational activities in public lands, with a contract value estimated between $250,000 and $500,000, and a performance period set from March 3, 2025, to May 16, 2025. Interested contractors must submit their sealed bids by the specified deadline and direct any inquiries to Heather Cole at heather.cole@usda.gov by 5:00 PM Mountain Time on January 22, 2025.

Point(s) of Contact
Files
Title
Posted
Jan 28, 2025, 6:12 PM UTC
This document is an amendment to solicitation number 1282B125R0009 issued by the USDA Forest Service, detailing modifications pertinent to contract offers related to a project scheduled between March 3, 2025, and May 16, 2025. The amendment includes essential changes in terms of acknowledgment and submission procedures, whereby contractors must confirm receipt of the amendment to be considered responsible. Key modifications encompass the provision of an attachment containing soil maps and answers to contractor inquiries. The inquiries addressed various project-related aspects including soil conditions, conduit specifications, interactions with Custer Public Power utility, and transformer costs. Significant clarifications include that sandy soil conditions may require specific excavation methods, use of high-density polyethylene (HDPE) conduits is permitted, and contractors are ultimately accountable for dealings with the utility. Additionally, there are references to compliance with the Buy American Act concerning construction materials and the responsibility placed on contractors regarding unforeseen utility costs. This amendment is vital for maintaining clarity and compliance within the contracting process for federal projects, thus ensuring smooth execution of associated tasks.
Jan 28, 2025, 6:12 PM UTC
The GAOA Bessey Group Electrical Upgrades project at the Bessey Ranger District outlines a Request for Proposal (RFP) focused on essential electrical system enhancements. The document details a schedule of items, comprising mobilization and the removal and replacement of electrical systems and pedestals at two campsites: Group Campsite and Cedar Loop Campsite. Each project's bid is to be submitted as a lump sum (LS), and bidders are required to propose on all items, ensuring unit prices are exact to the nearest cent. Should discrepancies arise between unit prices and totals, unit prices will take precedence, in line with Federal Acquisition Regulations (FAR). The government reserves the right to inquire further into the contractor's pricing methods for evaluation of fairness. This initiative reflects the government's commitment to maintaining and upgrading facilities while adhering to regulatory standards.
Jan 28, 2025, 6:12 PM UTC
The USDA Forest Service is soliciting contractors for the Bessey Group/Cedar Loop Campground Upgrade project in Halsey, Nebraska, as outlined in the provided contract documents. The project focuses on removing the existing electrical system to replace it with a new system serving Cedar Loop and Group campsites, including new RV pedestals. Key information includes the site’s elevation, average weather conditions, and design specifications. The contractor has full site access for the construction period, although limitations exist due to government events and public occupancy. Contractor responsibilities extend to providing necessary labor, materials, permits, and coordinating utility services. Various work restrictions, such as noise limits, work hours, and sanitation facilities, are specified. The documentation also includes procedures for contract modifications and payment processing, reinforcing organizational standards for project management, execution, and completion. The emphasis on coordination, site utilization planning, and maintenance of existing facilities underscores the project's commitment to both functionality and public safety.
Jan 28, 2025, 6:12 PM UTC
The document outlines the GAOA FY 22 Group Electrical Upgrade Design for the Bessey Ranger District within the Nebraska National Forests and Grasslands, overseen by the U.S. Department of Agriculture's Forest Service. Its primary purpose is to detail the electrical system upgrades at the Group/Cedar Loop Campgrounds. Key points include the removal and replacement of existing electrical components such as RV pedestals, electrical panels, and utility transformers. The document specifies the current electrical configurations while providing comprehensive demolition and new installation plans, including detailed schematics and conductor specifications. Additionally, it emphasizes contractor obligations, such as coordinating with the local utility and ensuring all work complies with established standards. Existing abandoned conductors must be removed, and the contractor is required to submit as-built drawings post-construction. Through these upgrades, the project aims to enhance electrical reliability and safety for users of the campgrounds, reinforcing the Forest Service's commitment to maintaining infrastructure that supports recreational activities in these public lands.
Jan 28, 2025, 6:12 PM UTC
The document, General Decision Number NE20250075, outlines wage determinations for building construction projects in Thomas County, Nebraska, effective January 3, 2025. It stipulates minimum wage requirements under the Davis-Bacon Act, specifically under Executive Orders 14026 and 13658, applicable depending on the contract's award date. For contracts initiated after January 30, 2022, a minimum wage of $17.75 per hour is mandated, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. The wage determination includes specific rates and fringe benefits for various construction job classifications, such as boilermakers, bricklayers, plumbers, and electricians, alongside a detailed explanation of wage identifiers indicating the source of prevailing rates. Additionally, the document outlines an appeals process for wage determination decisions and mandates compliance with paid sick leave provisions under Executive Order 13706. This document serves as a guideline for contractors engaged in federally funded construction projects, ensuring fair compensation and adherence to labor standards in Nebraska.
Jan 28, 2025, 6:12 PM UTC
The Soil Map for Thomas County, Nebraska, generated by the Natural Resources Conservation Service, provides detailed soil data and characteristics for a specified Area of Interest (AOI). The map highlights three main soil units: Natick sand, Valentine fine sand, and Simeon-Valentine complex, with the latter comprising the majority of the area (88.4%). The document outlines properties such as slope, drainage class, and hydric ratings, emphasizing the non-prime farmland classification for the primary soil type in the AOI. Key features include the geographical coordinates, map scale, and a warning regarding the validity of the map at larger scales. Additionally, the document includes data on soil profiles and parent material, crucial for understanding agricultural potential and environmental implications. This file serves to inform stakeholders about soil characteristics essential for environmental planning, agricultural development, and compliance with various federal or state initiatives regarding land use and conservation efforts. The comprehensive soil data support sustainable land management practices and facilitate informed decision-making for government RFPs and grants related to land conservation and development in Nebraska.
Jan 28, 2025, 6:12 PM UTC
The document is a Request for Proposal (RFP) issued by the USDA Forest Service for the GAOA Bessey Group Electrical project. It outlines the requirement to remove existing RV pedestals and electrical systems at the Group and Cedar Loop Campgrounds in the Nebraska National Forest, replacing them with new 50-amp pedestals connected to a new electrical system. The project is a 100% small business set-aside, classified under NAICS 238210 for electrical contractors. Key contract details include a performance period from March 3, 2025, to May 16, 2025, with a projected construction value between $250,000 and $500,000. The RFP specifies that any required performance and payment bonds should be furnished, and offers must be submitted by sealed bids by the established deadline. The document includes extensive clauses and clauses incorporated by reference that apply to the contract, covering areas such as insurance requirements, performance obligations, inspection protocols, and regulatory compliance. Additionally, there are provisions specific to small business participation and a mandatory post-award conference with the successful offeror to facilitate contract administration. The comprehensive nature of this RFP reflects the federal government's structured approach to ensure lawful, efficient, and equitable procurement processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Chippewa National Forest, Stony Point Campground Upgrades
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking contractors for the Stony Point Campground Upgrades project located in the Chippewa National Forest, Minnesota. This project involves significant upgrades to the campground's electrical and water systems, including the construction of a new pumphouse, replacement of existing utilities, and demolition of outdated facilities. These enhancements are crucial for improving public utility systems and ensuring safety and efficiency for campground visitors. Interested contractors must submit sealed bids electronically by the specified deadline, with an estimated project cost between $500,000 and $1,000,000 and a performance period from August 4, 2025, to October 31, 2025. For further inquiries, contact Brad Higley at bradley.higley@usda.gov.
Z--LL CAMPGROUND EXPANSION AND IMPROVEMENTS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the expansion and improvements of the Lower Lehman Campground at Great Basin National Park in Baker, NV. The project entails enhancing existing non-compliant campsites, expanding the campground entry, constructing a new paved roadway, and installing necessary infrastructure such as storm culverts and vault toilets. This initiative is crucial for improving visitor access and experience at the campground, with an estimated contract value between $1,000,000 and $5,000,000. Interested small businesses must ensure they have a Unique Entity ID and be registered in the System for Award Management (SAM) by the solicitation close date, with the official solicitation expected to be released around May 5, 2024. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
GAOA Forest Wide Toilet Replacement and Installation
Buyer not available
The U.S. Department of Agriculture's Forest Service is soliciting proposals for the GAOA Forest Wide Toilet Replacement and Installation project, aimed at upgrading restroom facilities across the Beaverhead-Deerlodge National Forest in Montana. This project involves the removal of outdated vault toilets, installation of new Aspen model toilets, and construction of accessible pathways, all while adhering to federal construction specifications and environmental safety standards. The initiative is part of a broader effort to enhance recreational facilities and public health within national forests, with an estimated contract value between $1 million and $5 million. Interested contractors must submit their proposals by May 21, 2025, with work expected to commence by June 1, 2025, and complete by November 1, 2027. For further inquiries, contact Paula Sales at paula.sales@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
127EAW25R0016 - GAOA, Pope Baldwin Trail Reconstruction
Buyer not available
The United States Department of Agriculture (USDA), through the United States Forest Service (USFS), is seeking proposals for the Pope Baldwin Trail Reconstruction project, which involves constructing a 5,000-foot bike path within the Pope Beach recreation area in South Lake Tahoe, California. The project includes optional features such as a split rail cedar fence, painting, and sign installation, and requires contractors to be small businesses registered in the System for Award Management (SAM). This initiative aims to enhance recreational infrastructure while ensuring compliance with federal contracting requirements, with an estimated project cost between $500,000 and $1,000,000. Proposals will be accepted when the solicitation is posted on SAM.gov around April 25, 2025, and interested contractors can contact Contracting Officer Gregory Cunningham at gregory.cunningham@usda.gov for further information.
Davidson River Campground Reconstruction
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Davidson River Campground located in Pisgah Forest, North Carolina. The project entails the demolition of existing bathhouses, construction of new facilities, and upgrades to water, sewer, and electrical services within the campground. This initiative is part of the federal government's commitment to infrastructure investment and is set aside for small businesses, with a contract value estimated between $5 million and $10 million. Interested contractors must submit their proposals by April 14, 2025, following a site visit on March 11, 2025, and a deadline for questions on March 20, 2025. For further inquiries, contact Penny Zortman at penny.zortman@usda.gov.
127EAW25R0020 - GAOA, Sierra Vista Scenic Byway Rehab
Buyer not available
The United States Department of Agriculture (USDA), through the United States Forest Service (USFS), is issuing a pre-solicitation notice for a Request for Proposal (RFP) under solicitation number 127EAW25R0020 for the GAOA, Sierra Vista Scenic Byway Rehabilitation project. This project requires comprehensive repairs on 47.35 miles of Minarets Road, 17.55 miles of Beasore Road, and 5.49 miles of Beasore Loop Road, including tasks such as culvert cleaning, drainage improvements, road paving with base rock, and vegetation management. The estimated cost for this project ranges from $5 million to $10 million, and it is designated for small businesses certified in the System for Award Management (SAM). The solicitation is expected to be posted on or around May 8, 2025, and interested contractors are encouraged to register on SAM.gov to access the formal solicitation and project details. For inquiries, contact Gregory Cunningham, the Contracting Officer, at Gregory.Cunningham@USDA.gov.
GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project in the Sierra National Forest, California. The project involves the removal of hazardous trees within a 100-foot buffer around various recreation sites, including campgrounds and trails, to ensure public safety and facilitate future infrastructure improvements following the 2020 Creek Fire. This initiative is part of a broader effort to rehabilitate disaster-affected areas and enhance recreational access, with an estimated project cost between $500,000 and $1,000,000. Interested contractors must register on SAM.gov to access the formal solicitation, which is expected to be posted around February 14, 2025, and can contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information.
GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the GAOA Bishop Campground Waterline Repairs project in California. This procurement aims to address necessary repairs to the waterline infrastructure at various campgrounds, ensuring safe and functional water systems for public use. The project is significant for maintaining recreational facilities and enhancing community infrastructure, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their quotes by May 9, 2025, and are required to begin work within ten days of receiving the notice to proceed, completing the project within ninety days. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.
GAOA FY25 McCall Area Housing Barracks Replacement
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the GAOA FY25 McCall Area Housing Barracks Replacement project in Idaho. This project involves the installation of new site utilities, demolition of existing bunkhouses, and construction of new prefabricated barracks and a laundry building at the McCall Area Housing site within the Payette National Forest. The estimated project value ranges from $1,000,000 to $5,000,000, with work expected to commence around August 1, 2025, and be completed within 365 days, including options for additional work. Interested contractors should contact Karen Carleton at karen.carleton@usda.gov or Lonnie Root at Lonnie.Root@usda.gov for further details, noting that this opportunity is set aside for small businesses.
GAOA Monday Creek Trailhead Bridge Rehabilitation
Buyer not available
The U.S. Department of Agriculture, Forest Service, is soliciting bids for the rehabilitation of the Monday Creek Trailhead Bridge located in the Wayne National Forest, Athens Ranger District, Ohio. Contractors are required to provide all necessary materials, labor, and incidentals to complete the project, which includes the removal of the existing bridge deck and superstructure, installation of a new superstructure, and various site stabilization tasks. This project is crucial for enhancing infrastructure and ensuring public safety while adhering to federal regulations regarding environmental protection and labor standards. The estimated project cost ranges from $250,000 to $500,000, with a performance period from May 14, 2025, to February 27, 2026. Interested contractors must submit sealed bids electronically and can direct inquiries to Paul A. Boucher at paul.boucher@usda.gov or Brad Higley at bradley.higley@usda.gov.