127EAX24Q0044 - Install 2 New Backup Electrical Generators
ID: 127EAX24Q0044Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICESouthwestern Regional Office, Region 3ALBUQUERQUE, NM, 87102, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking a qualified electrical contractor to install two new backup electrical generators at the Alamogordo Air Tanker Base and Dispatch Center in New Mexico. The project involves the removal of existing 50kW and 75kW Liquid Propane (LP) powered generators and their associated controls, followed by the installation of new units that match the existing specifications to ensure operational continuity during power outages. This procurement is critical for maintaining communication and operational capabilities during fire seasons, as the Dispatch Center manages radio communications across the Lincoln National Forest. Interested contractors must submit their proposals by August 28, 2024, with the estimated contract value ranging between $25,000 and $100,000. For further inquiries, contact Michelle Bahr at michelle.l.bahr@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The government seeks a qualified electrical contractor to replace two aging backup generators at the Alamogordo Air Tanker Base and Interagency Dispatch Center. The primary objective is to ensure uninterrupted power and operational continuity during power outages. These locations handle critical communications and operations, requiring robust backup power solutions. The generators, rated at 50kW and 75kW, should match existing configurations and be Liquid Propane (LP) gas-powered. Contractors must provide a technical proposal detailing their experience with similar work, their planned technical approach, and past performance references. The price proposal, submitted as a separate document, should include pricing for the removal of the existing generators and the installation of the new ones, with strict adherence to specified requirements. Critical dates include the submission deadline on August 28, 2024, and a projected performance period starting September 15, 2024, and extending over a year. Evaluating proposals will consider factors like past performance, relevant experience, and technical approach, with price being a secondary consideration. The anticipated contract type is a firm-fixed-price construction contract, estimated between $25,000 and $100,000 in value.
    The government seeks to amend an existing contract for facility modifications. The focus is on obtaining responses to outstanding requests for information (RFI) regarding the installation of two new backup electrical generators at the Alamogordo Dispatch Center and Air Tanker Base. The amendment aims to clarify requirements for generator placement, confirm the integrity of the grounding system, specify the location of the annunciator panel, and confirm the need for concrete bollards. Additionally, the government requests information about the liquid propane tank serving the generators, including an attachment of the tank nameplate and details about the propane supply line. Offerors must acknowledge the amendment's receipt and provide responses within the specified timeline to be considered. The amendment does not alter the contract's essential terms, maintaining the original period of performance and value. This procurement seeks to ensure compliance with safety codes, confirm existing infrastructure's suitability, and provide detailed insights into the generator installation's specific requirements.
    The objective of this procurement is to install two new backup electrical generators along with their required infrastructure at the Alamogordo Dispatch Center and Air Tanker Base, Lincoln National Forest, New Mexico. The focus is on replacing existing generators, with the key requirement being that the new generators match or exceed the specifications of the current units. The statement of work outlines the project scope, including the replacement of transfer switches and the need for the generators to run on specific fuels. Offerors must provide responses to requests for clarification within the specified timeframe to be considered. The evaluation of proposals will consider factors such as price and the technical merit of the offered solutions. Key dates include the submission deadline, which is 30 days after the issuance of the solicitation amendment. The contracting officer will review submissions and make decisions based on the stated evaluation criteria.
    The United States Department of Agriculture's Forest Service has issued an award notice for Request for Proposal (RFP) RFQ 127EAX24R0018 concerning the replacement of the Green Base Office at the Kaibab National Forest's Williams Ranger District. Following the RFP announcement on June 5, 2024, a total of thirteen offers were received by the closing date of August 15, 2024. A Technical Evaluation Panel (TEP) assessed the submissions based on the criteria outlined in FAR 15.101-1. The contract was awarded to DH Ortega, LLC for a total cost of $4,220,490, which includes all baseline and specific option items. Participants were given an opportunity for a debriefing within three days of receiving the notice. The Forest Service expresses appreciation for the participants' involvement in the procurement process and encourages future participation in federal procurements.
    The United States Department of Agriculture's Forest Service has issued a Notice of Award for Request for Proposal (RFP) RFQ 127EAX24Q0044 concerning the installation of two new backup electrical generators at the Carson National Forest in Tres Piedras, New Mexico. Following the solicitation process that began on July 19, 2024, and concluded on August 28, 2024, thirteen offers were received and evaluated by a Technical Evaluation Panel (TEP) based on the criteria of Lowest Price Technically Acceptable as per FAR 15.101-2. The award was granted to Zuni Electronic, Inc. with a total contract price of $124,021.00 for all baseline items. Participants are eligible for a debriefing if requested within three days of receipt of the notice. The letter is signed by Contract Specialist Michelle Bahr and emphasizes appreciation for participation in the federal procurement process, encouraging future involvement.
    The Lincoln National Forest department seeks to replace aging backup generators at its Alamogordo Air Tanker Base and Dispatch Center in New Mexico. The objective is to ensure uninterrupted operations during power outages, critical for communication and air operations during fire seasons. The statement of work outlines the project scope, involving the removal of two existing generators and the installation of new 50kW and 75kW LP gas-powered units. The contractor must provide all necessary materials, labor, and coordination, following electrical safety codes. Key tasks include demolition of the old generators and their controls, and installation of the new ones, with a strict deadline of 20 calendar days for field work. This project requires a qualified electrical contractor, who must adhere to specific technical specifications and coordinate with government representatives. Proposals will be evaluated based on their technical approach, past performance, and price, with work scheduled to begin in October 2024.
    The procurement objective of this government request is to acquire a Google Earth map for a specific area encompassing several locations in New Mexico, including Holloman AFB, Boles Acres, Alamogordo, and High Rolls. The map should highlight the ATB Tanker Base and surrounding areas, with a focus on accurate spatial data and visualization. The map must adhere to precise technical specifications, ensuring a high level of detail and accuracy. It requires a scale of 1:63,360 and incorporates specific spatial coordinates, capturing critical infrastructure and potential hazards. The scope of work involves delivering a digital copy of the map in a compatible format, with clear labels and a legend for easy interpretation. The vendor will collaborate with the government agency to ensure the map aligns with their requirements, engaging in necessary site visits and data collection. The contract is anticipated to be a firm-fixed-price arrangement, with an estimated value of up to $70,000. Vendors interested in this opportunity must submit proposals by the deadline, ensuring they outline their capacity to meet the technical specifications and deliver a high-quality product. Key dates include a submission deadline within three weeks of the RFP release, with an expected project timeline of six months. The evaluation of proposals will prioritize the technical merit and price, with additional consideration given to references and past performance.
    The file contents primarily focus on air operations related to an airport road. The documentation includes geographic coordinates, possibly for a road adjacent to an airport, along with references to "Airbus" and "Dispatch." The imagery from Google Earth and the mention of aircraft suggest that the procurement objective relates to aerial transportation and the management of airport operations. It's evident that the agency seeks to procure efficient air services, possibly including aircraft dispatch and management of Airport Road, a vital transportation link. The absence of specific details leaves room for interpretation, but the core focus seems centered on enhancing airport logistics and operations, likely through advanced aircraft dispatch services and infrastructure improvements. Any further details would require a more comprehensive review of the documentation or clarification on the specific questions or concerns you wish to address.
    The government seeks to procure construction services for building projects in New Mexico's Otero County, emphasizing skilled trades and labor. The focus is on various craft workers, with specified minimum wage rates applicable. These include carpenters, electricians, power equipment operators, ironworkers, plumbers, and sheet metal workers, whose rates are listed along with corresponding fringes. The work scope involves carpentry, electrical work, duct installation, and other specialized tasks. The contract is subject to Davis-Bacon Act provisions, outlining minimum wage requirements and worker protections, with potential annual adjustments. Key dates include the publication date of 01/05/2024 and wage rates effective as of various dates. Evaluation criteria are not explicitly mentioned. The procurement seeks bids from contractors capable of fulfilling these construction requirements while adhering to the specified regulations and minimum wage mandates.
    The BioPreferred program, a federal initiative, seeks to procure and promote biobased products for construction and maintenance purposes. These environmentally friendly items include carpets, composite panels, and various lubricants. The program aims to reduce climate change impact while boosting economic development. BioPreferred has designated over 5000 products across 50 categories, including concrete release fluids, expanded polystyrene recycling solutions, and hydraulic fluids for mobile and stationary equipment. The RFP outlines a comprehensive list of construction and maintenance solutions, emphasizing their potential applications in federal projects. Vendors should note the specific product categories and technical specifications mentioned, as these will be evaluated during the selection process. BioPreferred encourages the submission of appropriate products for inclusion in their catalog, with submissions being accepted until the deadline in October 2010.
    The primary objective of this RFP is to establish a comprehensive plan for managing fire precautions and responses in industrial settings across Region 3. The focus is on reducing the risk of human-caused fires during periods of high fire danger. The agency seeks a partner to provide solutions that align with the Industrial Fire Precaution Plan. This includes ensuring authorized users, such as permit holders and contractors, follow general and specific fire precautionary measures. The RFP outlines a detailed list of requirements for communication systems, firefighting tools, and fire-prevention equipment for various scenarios, such as vehicle operations, welding, and blasting. For instance, it specifies the need for spark arresters and mufflers on internal combustion engines and mandates that authorized users have access to firefighting equipment like shovels and extinguishers. The scope of work entails providing an efficient system for implementing and managing fire restrictions, encompassing everything from tool provision to fire guard duties and response protocols. Vendors must outline a strategy for emergency fire precaution schedules, with particular attention to different restriction levels and "Red Flag Events." The contract, if mentioned, would likely be a firm-fixed-price arrangement, given the comprehensive nature of the guidelines. The estimated value is not provided, but the contract would probably cover a significant geographical area, implying a substantial budget. Important dates and evaluation criteria are not explicitly mentioned in the guidelines, but they will presumably be outlined in a separate document or announced at a later stage. The evaluation process will likely prioritize candidates who offer robust and practical solutions aligned with the Industrial Fire Precaution Plan's objectives.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Moore Air Base Building 6414 Electrical Upgrades - Phase 1
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Animal and Plant Health Inspection Service (APHIS), is seeking qualified electrical contractors for the Moore Air Base Building 6414 Electrical Upgrades - Phase 1 project located in Edinburg, Texas. This project involves the replacement of the existing electrical distribution system, including a new service transformer, exterior main switchboard, and transfer switch, as the current equipment has exceeded its rated life and shows signs of damage. The overall project is critical for ensuring the facility's electrical infrastructure is safe and reliable, with an estimated contract value between $250,000 and $500,000, set aside exclusively for small businesses under the NAICS code 238210. Interested parties should monitor the procurement site for the solicitation, expected to be posted around January 30, 2024, and may direct inquiries to Jim Roloff at james.g.roloff@usda.gov or by phone at 612-590-7603.
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and installation of Generator Step-Up (GSU) transformers at the Wolf Creek Power Plant in Jamestown, Kentucky. The procurement involves a firm-fixed-price hybrid supply-construction contract for the design, manufacture, and delivery of three high-capacity power transformers, along with associated installation services, with an estimated contract value between $25 million and $100 million. This project is critical for enhancing the power distribution capabilities of the facility, ensuring reliable energy supply and operational efficiency. Interested contractors must submit their proposals electronically by December 4, 2024, and are encouraged to register for a mandatory site visit on October 9, 2024, to familiarize themselves with the project requirements. For further inquiries, contact Alison Abernathy at alison.t.abernathy@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil.
    11318 Warehouse #1 Electrical
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the "11318 Warehouse 1 Electrical" project located in Salmon, Idaho. The procurement involves the installation of a 100-amp electrical subpanel and various circuits, including 240-volt and 120-volt receptacles, within a Forest Service-owned warehouse, with a total project value of less than $25,000. This project is crucial for upgrading the electrical infrastructure to meet operational needs and ensure compliance with safety standards. Proposals are due by 1700 (Mountain Time) on October 21, 2024, and interested parties should direct inquiries to Heather Cole at heather.cole@usda.gov.
    Generator Replacement at Water Wells
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of generators at potable water wells located at Marine Corps Base Camp Lejeune, North Carolina. The project involves the removal of four existing generators and the installation of new units, with specific requirements for power capacities and necessary electrical modifications to ensure compliance with safety and security protocols. This initiative is crucial for maintaining reliable power for essential water services on the base, reflecting the government's commitment to infrastructure integrity in military facilities. Interested contractors must submit their proposals by November 12, 2024, following a scheduled site visit on October 21, 2024, and can contact Jessica Huebner or Lauren Loconto for further details.
    70--GENERATOR;FUNCTION,
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of generators under the title "70--GENERATOR;FUNCTION." This contract requires the manufacture and supply of specific generator components, adhering to strict quality assurance and inspection protocols, with an emphasis on compliance with military standards. The goods are critical for various defense applications, ensuring operational readiness and reliability. Interested vendors must provide proof of being authorized distributors of the original manufacturer's items and are encouraged to contact Xavier A. Kellam at 717-605-1319 or via email at XAVIER.A.KELLAM.CIV@US.NAVY.MIL for further details. The solicitation includes options for increased quantities and requires a minimum quotation validity of 45 days.
    RLP Amendment No. 2
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service at the Tonto National Forest, has issued a solicitation for lease proposals under RLP Amendment No. 2. This amendment introduces a new requirement for a "Tanker Base Ready Room" that will accommodate eight individuals, complete with adequate electrical outlets and located near the Operations Room and Crow’s Nest. The leased space is crucial for supporting the operational needs of the Forest Service, ensuring efficient management of resources and personnel. Interested parties must submit their proposals by November 1, 2024, no later than 4:30 PM CST, and can direct inquiries to Elvi Batista at elvi.batista@usda.gov or by phone at 505-228-7938.
    Y--03 - CON - Disaster, Grizzly Flats Guard Station R
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the design and construction of the Grizzly Flats Guard Station Rebuild project, which aims to enhance firefighting capabilities in the Eldorado National Forest. The project includes constructing an engine garage, four barracks, and essential utility infrastructure, with a strong emphasis on sustainable building practices and backup power solutions due to the area's vulnerability to power outages. This initiative is critical for supporting local firefighting operations and improving community safety, with an estimated construction cost exceeding $10 million. Interested small business contractors must submit their proposals by October 30, 2024, and can direct inquiries to Christopher Keck at christopher.keck@usda.gov or call 402-657-3092.
    Electrical Upgrades: PROJECT II – Internal Building Transformers and Disconnects (Kimberly, ID)
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the Electrical Upgrades Project II at the Northwest Irrigation & Soils Research Laboratory in Kimberly, Idaho. The project involves upgrading the existing electrical system by replacing outdated internal building transformers and disconnect switches, as well as updating associated wiring to enhance safety and functionality while accommodating future facility needs. This initiative is crucial for maintaining operational efficiency and safety standards, as the facility will remain occupied during the construction phase. The anticipated contract, valued between $250,000 and $500,000, is set to be a Total Small Business Set-Aside under NAICS Code 237130, with the Request for Proposal (RFP) expected to be issued around November 1, 2024. Interested parties should monitor the Contracting Opportunities section on https://sam.gov/ for updates and ensure they are registered with the System for Award Management.
    GENERATOR,ALTERNATI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of an alternative generator. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 130 days, with specific quality assurance and inspection standards to be met throughout the repair process. This generator is critical for military operations, and timely repairs are essential to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT details, to Emma J. Hippensteel at EMMA.J.HIPPENSTEEL.CIV@US.NAVY.MIL or by phone at 717-605-3020, with the solicitation details available for review.
    Generator, Alternating
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of alternating generators, specifically identified by NSN: 6115-01-246-5622 HY. The solicitation, numbered SPRTA1-25-R-0001, requires suppliers to provide between 19 and 111 units of these generators, which are critical for aircraft operations. This procurement is part of the funding for Fiscal Year 2025, and interested contractors must ensure compliance with federal acquisition regulations, including the Buy American Act and cybersecurity requirements. Proposals are due by October 31, 2024, and interested parties can contact Kristian Hollingshead at kristian.hollingshead.1@us.af.mil for further information.