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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    Administration Building Life Safety
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is preparing to issue a Request for Proposals (RFP) for the Administration Building Life Safety project at the Pine Ridge Job Corps Civilian Conservation Center in Chadron, Nebraska. This project aims to enhance building safety through comprehensive upgrades, including the installation of smoke detectors, visual alarms, electrical disconnects, and other essential safety equipment. The government anticipates awarding a Firm Fixed-Price contract valued between $100,000 and $250,000, with the RFP expected to be released around February 28, 2025, and closing by March 14, 2025. Interested parties should direct inquiries to Jordan Carlsen at jordan.carlsen@usda.gov or call 463-212-3000 for further information.
    Y--HI-Hakalau NWR PV System replacement
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the replacement of the photovoltaic system at the Hakalau Forest National Wildlife Refuge in Hawaii, under Solicitation No. 140FC325R0005. This federal contract aims to modernize the existing solar power infrastructure, including the replacement of outdated lead-acid batteries with advanced lithium batteries, upgrading inverter technology, and ensuring system redundancy for enhanced reliability. The project underscores the government's commitment to renewable energy initiatives while adhering to strict federal regulations regarding environmental protection and safety. Interested contractors must submit their proposals by March 27, 2025, and can direct inquiries to Shannon Barnhill at shannonbarnhill@fws.gov.
    Job Corps Pine Ridge Building 511 – Dorm Siding
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the rehabilitation of Building 511 at the Pine Ridge Job Corps Civilian Conservation Center in Chadron, Nebraska, specifically focusing on dormitory siding replacement and related exterior work. The project entails extensive modifications, including the removal and replacement of siding, insulation, and roof repairs, with an estimated cost between $500,000 and $1,000,000, and is set aside for small businesses under the Total Small Business Set-Aside program. This initiative underscores the federal government's commitment to maintaining and upgrading facilities that support job training and community development. Interested contractors must submit proposals by December 13, 2024, and can contact Ma Estrellita Dasmarinas at maestrellita.dasmarinas@usda.gov or 951-405-3988 for further information.
    Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a federal contract focused on Emergency Electrical System Upgrades at the VA Nebraska/Western Iowa Health Care System in Omaha, Nebraska. The project aims to enhance emergency power systems in critical areas of the medical facilities, addressing safety deficiencies that affect patient care, which includes the removal and installation of electrical conduits, cables, and junction boxes. This contract is vital for ensuring the reliability of electrical systems in healthcare settings, with a completion timeline of 365 days from the issuance of the Notice to Proceed. The solicitation is anticipated to be released around February 24, 2025, with bids due by March 26, 2025. Interested bidders must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Tommy Opal at tommy.opal@va.gov or by phone at 402-996-3529.
    Ag Tractor Repairs-Crescent Lake NWR, NE
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting quotes for the repair of two John Deere tractors at the Crescent Lake National Wildlife Refuge in Ellsworth, Nebraska. The procurement requires interested contractors to submit their price proposals, which must include details on transportation, materials, labor, and hourly rates, as the repairs involve replacing a wiring harness and leaking sensors due to electrical issues. This contract is crucial for maintaining the operational efficiency of the refuge's equipment, ensuring that essential services can continue without interruption. Quotes must be submitted by 5:00 PM ET on March 11, 2025, to the primary contact, Darla Freyholtz, at darlafreyholtz@fws.gov, and all offerors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Family Camp RV Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the Family Camp RV parking facilities at Shaw Air Force Base in South Carolina. The project involves the construction of 14 additional RV spaces, complete with necessary infrastructure such as an asphalt drive, electrical systems, and water and sewer connections, with an estimated project cost between $250,000 and $500,000. This initiative aims to enhance recreational facilities for military families, ensuring compliance with federal construction standards and environmental regulations throughout the project. Interested contractors must submit their bids by April 7, 2025, and can direct inquiries to Darrel Ford at darrel.ford.3@us.af.mil or by phone at 803-895-5381.
    NIFC 300 JWH STANDBY AND EMERGENCY POWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is soliciting bids for the NIFC 300 JWH Standby and Emergency Power project in Boise, Idaho. The objective is to enhance the existing emergency power system by upgrading the current 600Kw generator to ensure reliable standby power during utility outages, while adhering to safety and regulatory standards. This project is critical for maintaining operational functionality and safety at the facility, particularly in supporting emergency response efforts. Interested small businesses must submit their proposals by March 17, 2025, following a site visit scheduled for February 25, 2025, with an estimated budget between $250,000 and $500,000. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    Utility Buildings for the San Juan National Forest
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction and installation of utility buildings at the Monument Fire Center in Colorado. This project involves supplying, delivering, and installing precast concrete utility buildings, with a focus on enhancing operational capabilities for fire management and utility functions within the national forest. The contract is set aside for small businesses, with an estimated project cost between $25,000 and $100,000, and proposals are due by March 27, 2025, with questions accepted until March 13, 2025. Interested contractors should contact Erick Plamann at erick.plamann@usda.gov for further details and must comply with various regulations, including the Buy American Act, throughout the proposal process.