61--ND GARRISON DAM ELECTRICAL TRANSFORMERS
ID: 140FS224Q0285Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the purchase and installation of electrical transformers at the Garrison Dam National Fish Hatchery in Riverdale, North Dakota. This procurement involves the removal of damaged transformers and the installation of two new transformers, specifically one 75 KVA and one 150 KVA, in compliance with municipal, federal, state, and county regulations. The project is critical for restoring electrical infrastructure following damage from a lightning strike, ensuring the continued operation of wildlife services. Interested contractors must acknowledge receipt of the solicitation amendments and submit their offers by September 11, 2024, at 5:00 PM EDT. For further inquiries, potential bidders can contact Jeremy Riva at jeremy_riva@fws.gov or call 303-236-4327.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to solicitation number 140FS224Q0285 regarding the purchase and installation of electric transformers at Garrison Dam National Fish Hatchery. It serves to inform potential contractors of changes to the original solicitation and outlines the requirements for acknowledging receipt of this amendment. Contractors must confirm receipt by various means, including signing and returning copies or notifying via electronic communication before the specified deadline to avoid rejection of their offers. The amendment encourages potential contractors to schedule site visits for better understanding and assessment of the project. Contact information for the site visit coordinators is provided. Overall, this amendment is part of the ongoing procurement process aimed at enhancing infrastructure related to wildlife services, emphasizing the importance of timely communication and site assessment in government contracting processes.
    The document outlines Amendment 0002 to solicitation 140FS224Q0285 related to the purchase and installation of electric transformers at the ND-FWS Garrison Dam National Fish Hatchery. The primary purpose of this amendment is to extend the solicitation closing date to September 11, 2024, at 5:00 PM EDT. It specifies that offerors must acknowledge the receipt of this amendment to ensure their offers are considered, using designated methods such as completing copies of the amendment or through electronic communication. Furthermore, it indicates that any changes to previously submitted offers must also adhere to these acknowledgment requirements. The document maintains original terms and conditions of the solicitation while modifying the deadline for submission, ensuring the process remains transparent and accessible for contractors. This amendment reflects standard procedural practices within government RFP management and compliance for federal contract opportunities.
    The document pertains to a federal Request for Quotation (RFQ) for the purchase and installation of electric transformers at the Garrison Dam National Fish Hatchery. It outlines the specifications for two types of pad-mounted electric transformers, including required technical details and the importance of lead time in the submissions from potential contractors. Bidders must complete certain blocks in the solicitation form and submit their quotations electronically, ensuring compliance with various federal regulations, including clauses related to small business classifications and electronic invoicing. Additionally, it emphasizes that the government reserves the right to evaluate offers based not solely on price, highlighting quality, technical specifications, and past performance as significant factors. The document includes detailed clauses on contract terms, payment processes, compliance with laws, and requirements for potential subcontractors. This solicitation represents the government's effort to encourage competitive bidding while ensuring compliance with federal guidelines, fostering the participation of small and disadvantaged businesses. Overall, it underscores a structured approach for acquiring essential equipment within the parameters of federal procurement regulations.
    The document outlines an RFP for the purchase and installation of two electrical transformers at the Garrison Dam National Fish Hatchery in Riverdale, ND, following damage from a lightning strike. The project involves removing old transformers and installing new ones that meet specified municipal, federal, state, and county regulations. Qualified contractors must be licensed in North Dakota and are encouraged to visit the site before installation. The work must be completed before October 20, 2024, during normal duty hours, but emergency contact must be provided for after-hours issues. The project specifies the delivery of one 75 KVA and one 150 KVA transformer, including mandatory accessories such as primary bushings and temperature gauges. The government will furnish restrooms, electricity, and water for the contractor's use during the project. Acceptance of the project will be based on the work meeting the approval of designated U.S. Fish and Wildlife Service representatives. The document highlights the importance of quality control and assurance, requiring adherence to industry standards. Contact details for the project leaders are also provided for coordination and oversight.
    The document focuses on the federal government's Request for Proposals (RFPs), grants, and various state and local RFP initiatives. It outlines the goals and frameworks needed for agencies to solicit proposals and allocate funds effectively to eligible entities, emphasizing transparency, accountability, and adherence to regulatory standards. Key ideas include the structure of RFPs, guidance for potential applicants, and criteria for evaluation during the selection process. The document suggests a methodical approach for handling proposals, encompassing project identification and performance expectations. Additionally, it highlights the importance of aligning project goals with policy objectives and broader societal needs. This comprehensive framework serves to enhance collaboration between government entities and the private sector, ensuring efficient use of resources for public benefit. Understanding these processes is crucial for organizations seeking to engage with federal and state funding opportunities, ultimately fostering compliance and successful project execution.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    REHAB QUARTERS #28 Electrical - VT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the rehabilitation of electrical systems at Quarters 28, located at the Dwight D. Eisenhower National Fish Hatchery in Vermont. The project aims to upgrade the electrical and mechanical systems of a 1,200 square-foot residence to ensure safe living conditions for staff, including the installation of new electrical wiring, receptacles, and energy-efficient HVAC options. This initiative is critical for maintaining affordable housing for staff while enhancing safety and energy efficiency. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024. Interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    WA-SPRING CRK NFH-DE-WATERING & EFFLUENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a federal contract to service and install pumps at the Spring Creek National Fish Hatchery in Washington State. The procurement involves servicing a 30 HP de-watering pump and installing a new 7.5 HP effluent pump, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is particularly significant as it supports the maintenance of vital hatchery services, which are crucial for the management of fishery resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with the contract performance period running from September 23, 2024, to November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    Y--Voya 308690: Replace Power Distribution
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the "Y--Voya 308690: Replace Power Distribution" project at Voyageurs National Park in Minnesota. The project involves replacing an 11.2-mile underwater medium voltage power line, multiple transformer boxes, and installing new switchgear and backup electrical generation systems to enhance emergency support and safety for visitors and staff. This initiative is critical for maintaining operational integrity at Kettle Falls, ensuring continued access to essential services and protecting public safety in the event of power outages. Interested contractors must submit their proposals by October 4, 2024, and can contact Timothy Burger at TimothyBurger@nps.gov or 720-688-9530 for further information. The estimated budget for this project exceeds $10 million.
    Well Rehabilitation - VA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the rehabilitation of an 8-inch production well at the Harrison Lake National Fish Hatchery in Charles City, Virginia. The project aims to restore the well's flow capacity and water quality, which is crucial for maintaining hatchery operations, as the well was last serviced in 2013. This procurement is significant for ensuring the sustainability of fish populations and the overall effectiveness of the hatchery's operations. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024, and interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov for further information.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    Request for Proposal - UIP-KRS-358654-JK
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the procurement of a Main Power Transformer (MPT) and associated equipment, as outlined in Request for Proposal UIP-KRS-358654-JK. The selected subcontractor will be responsible for providing all necessary labor, materials, tools, and supervision to ensure the transformer and its auxiliary equipment are delivered in compliance with specified quality management plans and acceptance criteria. This procurement is critical for maintaining safe and efficient operations within the energy sector, particularly in transformer manufacturing. Interested offerors must submit their proposals by September 19, 2024, following the recent amendment to the RFP, and should direct any inquiries to Jerry King at jking@fnal.gov or by phone at 217-390-1120.
    61--Nimbus Station Service Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking contractors for the Nimbus Station Service Replacement project, specifically to furnish components for a secondary unit substation. The procurement includes essential electrical equipment such as station service transformers, motor control centers, circuit breakers, and DC distribution panelboards, aimed at enhancing the operational capacity and safety of the facility. This initiative is critical for maintaining the infrastructure of the Central Valley Project, ensuring reliable power distribution and compliance with federal standards. Interested contractors must submit their bids by September 3, 2024, and are encouraged to contact Charlesetta Seibure at cseibure@usbr.gov or 916-978-5456 for further inquiries.
    Padmount Transformer
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is seeking qualified vendors to provide a 3-Phase Padmount Transformer under solicitation number N6893624Q0265. This procurement aims to fulfill specific requirements for power distribution equipment, emphasizing compliance with federal regulations, including sustainability and Buy America provisions. The transformer will play a critical role in supporting military operations, ensuring reliable power supply in various applications. Interested parties must submit their quotes by October 10, 2024, and are encouraged to direct any questions to Beth Exzabe at beth.a.exzabe.civ@us.navy.mil by September 25, 2024, to facilitate the procurement process.