Generator Installation, Townshend Lake, Townshend, VT
ID: W912WJ24Q0179Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (N061)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotations for the installation of an 18 kW Liquid Propane standby generator at Townshend Lake in Vermont. The contractor will be responsible for providing all necessary labor, materials, and equipment, including an automatic transfer switch and a concrete pad, while adhering to safety regulations and environmental standards. This project is crucial for enhancing operational preparedness and requires compliance with government wage determinations, as well as an active registration in the System for Award Management (SAM) for all vendors. The estimated construction cost ranges between $25,000 and $100,000, and interested parties can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers issued a Request for Quotations (RFQ) for the installation of an 18 kW Liquid Propane standby generator at Townshend Lake, Vermont. The contractor must provide all necessary labor and materials, including an automatic transfer switch and a concrete pad, adhering to safety regulations and environmental standards. The project requires equipment to withstand Vermont's climate and emphasize worker safety through established procedures, including a site-specific Accident Prevention Plan and daily safety meetings. The contractor is responsible for permits, maintaining site cleanliness, and restoring disturbed areas post-construction. Payment for constructed services will follow inspections, with invoicing requirements outlined. The RFQ stresses compliance with government wage determinations and the necessity of registered contractors in the System for Award Management (SAM). Ultimately, this project underscores the Army Corps' aim to enhance operational preparedness while ensuring safety and environmental protection throughout the construction process.
    Similar Opportunities
    ARCENT Readiness Training Center Microgrid Project - Camp Buehring, Kuwait
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a microgrid project at Camp Buehring, Kuwait, aimed at enhancing energy resilience for the ARCENT Readiness Training Center. The project involves the installation of a 700 kW solar photovoltaic system and a 1.5 MW/1.5 MWh battery energy storage system, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for improving power reliability and sustainability in military operations, reflecting the government's commitment to modernizing energy infrastructure in overseas facilities. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Jessica Stone at jessica.m.stone@usace.army.mil or by phone at 502-315-6137.
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense is seeking bids for the Wolf Creek Power Plant Generator Step Up Units Replacement and Installation project. It involves the design, manufacture, testing, and delivery of high-capacity power transformers, with strict timelines and security requirements. The US Army Corps of Engineers, Nashville District, intends to award a Firm-Fixed Price Hybrid Supply-Construction Contract to the most suitable vendor. This procurement aims to enhance the power infrastructure at the Wolf Creek Power Plant in Kentucky. The chosen contractor will need to deliver three transformers with specific voltage capacities and associated services. The project has two phases: a supply phase of 1,358 days for transformer delivery, and a construction phase of 613 days for installation. The solicitation underscores the government's focus on robust network security, especially for controlled access and sensitive information. Contractors must adhere to stringent security protocols, including NIST SP 800-171 DoD Assessment requirements, with attention to advanced persistent threat mitigation. Interested parties should submit their bids by 2:00 PM CT on December 4, 2024, through PIEE.gov, and are encouraged to attend the pre-proposal teleconference on August 21, 2024. Further details and security clearance forms are available on SAM.gov.
    Cummins Generator Installation (B810 & B845)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of two Cummins 20kW diesel generator systems at Beale Air Force Base, designated as Facilities B810 and B845. The project entails the removal of existing standby generator systems and their Automatic Transfer Switches (ATS), followed by the installation of new generators, complete with fuel tanks and necessary connections, all in compliance with military and safety standards. This procurement is critical for enhancing emergency backup power reliability at the facilities, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to SrA Cristhian Gonzalez at cristhian.gonzaleztovar@us.af.mil or SSgt Milton Vasquez at milton.vasquez@us.af.mil.
    Two Marine Generators for the Fleet Vessel McNamara
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Paul District, is seeking a contractor to provide two new marine generators for the Maintenance and Repair Division associated with the Motor Vessel McNamara. The procurement requires generators that meet specific technical specifications, including a minimum output of 30 KW, compliance with EPA Tier 3 or Tier 4 emission standards, and various safety and operational features. This acquisition is crucial for enhancing the operational capabilities of the fleet vessel, with quotes due by 10:00 AM on September 17, 2024, and final delivery required by October 30, 2024. Interested vendors should contact Scott E. Hendrix or Kenneth J. Eshom via email for further information and ensure they are registered in the System for Award Management (SAM) prior to submission.
    Generator Replacement
    Active
    State, Department Of
    The U.S. Department of State is soliciting proposals for the procurement and logistics services of nine medium voltage metal enclosed generator systems for the Bureau of Overseas Buildings Operations, specifically for the U.S. Embassy in Baghdad, Iraq. The contract requires the contractor to manage all aspects of equipment sourcing, logistics, and compliance with safety protocols, ensuring that all generators meet specific operational standards and are delivered within a 30-month timeframe following the notice to proceed. This procurement is critical for maintaining reliable power generation capabilities at the embassy, emphasizing the importance of quality and adherence to federal standards. Interested contractors must submit their proposals by September 18, 2024, and direct any inquiries to Jose Vasquez at vasquezj4@state.gov or Peter Allen at allenpj@state.gov.
    W91237-24-Q-0125 Delaware Dam and Tom Jenkins Dam Generator Supply
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the supply of generators for the Delaware Dam and Tom Jenkins Dam under solicitation number W91237-24-Q-0125. This procurement is specifically set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 335312, which pertains to Motor and Generator Manufacturing. The generators are critical for ensuring the operational efficiency and reliability of the dam facilities, which play a vital role in water management and flood control. Interested vendors should refer to the PIEE system for the solicitation details and attachments, and may contact Carrie McClung at carrie.e.mcclung@usace.army.mil or Cynthia Oxley at Cynthia.A.Oxley@usace.army.mil for further inquiries.
    Generator
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Fleet Logistics Center Norfolk, has issued a special notice regarding the urgent procurement of replacement generators for naval crafts, specifically the NORTHERN LIGHTS model M673L3G. This acquisition is critical due to the obsolescence of existing generators, which jeopardizes operational capabilities for Humanitarian Assistance Disaster Relief (HADR) and Joint Logistics Over-the-Shore (JLOTS) missions, particularly affecting operations in Gaza. The urgency of this procurement is underscored by the need for prompt delivery to ensure continued operational autonomy, with a contract awarded to Western Branch Diesel, LLC for $38,877.00 on September 10, 2024. For further inquiries, interested parties may contact Contract Specialist Tito Getalla at titogerardo.m.getalla.civ@us.navy.mil or by phone at 757-652-6781.
    Lock and Dam 3 Boiler Replacement.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of a low-pressure water boiler at Lock and Dam 3 in Welch, Minnesota. The project requires the installation of a new boiler with a capacity of approximately 300,000 BTUs per hour, which must be integrated into the existing HVAC system, while also removing the old boiler and associated plumbing. This procurement is significant for maintaining essential infrastructure and is fully set aside for small businesses under NAICS code 238220, with an estimated construction cost ranging from $25,000 to $100,000. Interested contractors must complete the installation within five days of receiving the notice to proceed, with a final deadline of October 31, 2024. For further inquiries, potential bidders can contact Theodore Hecht at the provided email or phone number.
    DPG WDTC Light Tower
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking bids for the procurement of a towable light tower under solicitation W911S6-24-Q-0039. The light tower must meet specific requirements, including a 1.5L Turbo engine, a 100-gallon fuel capacity, a hydraulic mast that extends to 26’10”, and integrated LED lighting, making it essential for operations at the West Desert Test Center. This procurement is a total small business set-aside under NAICS code 336212, with quotes due by 10:00 AM MST on September 23, 2024, and delivery expected within 60 days after order receipt. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Mark Pratt at mark.s.pratt4.civ@army.mil or by phone at 435-831-2094.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.