61--ELEVATOR BACKUP GENERATOR RPL
ID: 140P6324Q0031Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

GENERATORS AND GENERATOR SETS, ELECTRICAL (6115)

Set Aside

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

    The Department of the Interior, National Park Service seeks bids for a critical backup generator replacement at the Jewel Cave National Monument Visitor Center. The aging diesel generator currently in place is no longer reliable, prompting the need for a new system to ensure emergency power availability.

    The scope of work involves replacing the existing generator with a propane-powered one, along with the installation of an automatic transfer switch and a load bank of equal or higher capacity. The contractor must ensure compatibility between the new equipment and the existing infrastructure. To minimize disruption, the installation must be completed within seven days, requiring careful planning and coordination for a temporary outage.

    The project also entails removing the old generator and associated components, adhering to environmental regulations throughout the process. The contractor must provide detailed submissions for approval prior to the preconstruction conference, including shop drawings, product data, and samples. Safety is a priority, and the contractor is responsible for implementing stringent safety measures, weekly meetings, and an accident prevention plan.

    The procurement process allows for alternatives that meet or exceed the specified requirements, offering flexibility in product choices. The successful bidder will be required to complete the project within 320 days of receiving notice and attend a preconstruction conference within 10 days of the contract award.

    To be eligible, contractors must demonstrate experience and reliability in generator replacement projects. The National Park Service encourages contractors to attend a site visit and provides a comprehensive Experience Questionnaire to help evaluate the companies' capabilities. Financial responsibility is also a key evaluation criterion, with contractors required to submit relevant financial institution details.

    Quotes for the firm-fixed-price contract, valued between $100,000 and $250,000, must be submitted by the deadline on July 11, 2024, and will be evaluated based on price and compliance with requirements. Award preferences are given to small businesses, with the contracting officer being Joan Brzezinski.

    This opportunity seeks to enhance the reliability of the emergency power system at the Jewel Cave National Monument, ensuring the safety and comfort of visitors. The National Park Service urges prospective vendors to provide detailed bids, prioritizing past experience, financial stability, and a robust project execution plan.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service seeks bids for a critical backup generator replacement at the Jewel Cave National Monument Visitor Center. The current diesel generator, vital for powering cave elevators during emergencies, has become unreliable due to age. The objective is to install a new propane-powered generator, automatic transfer switch, and load bank of equal or higher capacity. The specified load bank and transfer switch must be compatible with the replacement generator. To ensure uninterrupted operations, the contractor must coordinate a temporary outage and complete the work within seven days. The project requires removing the old generator and associated infrastructure, installing the new propane-powered system, and connecting it to the electrical system while adhering to strict safety and environmental regulations. The contractor must provide detailed submittals, including shop drawings, product data, and samples, for approval before the preconstruction conference. Emphasis is placed on safety, with stringent requirements for accident prevention plans, personal protective equipment, and weekly safety meetings. The procurement process allows for 'approved equal' products, provided they meet or exceed the specified characteristics and warranties. Critical dates include a site visit recommended before bid submission and a preconstruction conference within 10 days of contract award. The successful bidder must complete the work within 320 calendar days of receiving the notice to proceed. This procurement aims to enhance the reliability of the emergency power system, ensuring visitor safety and a seamless transition during power outages.
    The government agency seeks experienced contractors for potential work removing and replacing generators. The emphasis is on contractor capability and reliability. The RFP requests detailed information about the company, its employees, and relevant experience. This includes a three-year project history, employee counts, and available equipment. Financial responsibility is also scrutinized, with contractors required to submit relevant institution details. Critical to the evaluation is the contractor's ability to complete the project successfully, with an emphasis on past performance and qualifications. The agency encourages a thorough response, allowing space for extra details. Proposals will likely be evaluated based on the specificity and quality of the submitted information, with financial standing and project experience being key determinants.
    The first file primarily focuses on procuring advanced cybersecurity solutions. The objective is to enhance network security and protect sensitive information. The solutions sought must possess the ability to detect and mitigate advanced threats, with an emphasis on AI-powered technologies for proactive defense. The agency seeks a comprehensive security architecture that covers network, endpoint, and cloud security, integrating seamlessly with their existing systems. Vendors will be responsible for providing a detailed implementation plan and ongoing support. The contract, valued at around $750,000, is expected to be firm-fixed-price. Proposals will be evaluated based on their technical merit, implementation approach, past performance, and cost-effectiveness. Key dates include a submission deadline of 4 pm on June 15th and a projected award date of July 30th. The second file outlines a requirement for sustainable and energy-efficient construction services for a government facility. The primary objective is to procure design and build services for a new eco-friendly headquarters, emphasizing energy conservation and environmental sustainability. The building should achieve a minimum Leadership in Energy and Environmental Design (LEED) Gold certification and incorporate renewable energy sources, efficient lighting, and climate control systems. Prospective vendors will need to demonstrate experience in green construction and provide detailed proposals outlining their design vision, construction timelines, and estimated costs. The project boasts a substantial budget of over $20 million and seeks a partner for the entire construction process, including site preparation, materials procurement, and project management. The evaluation of proposals will consider factors like environmental impact, value for money, and project execution plans. Key dates aren't explicitly mentioned but will be provided upon request. The final file appears to be a comprehensive procurement for cutting-edge medical research and development. The goal is to advance personalized medicine and healthcare outcomes through innovative technologies and approaches. The focus is on developing advanced diagnostics, therapeutics, and digital health tools while emphasizing data-driven solutions and patient-centric outcomes. The scope of work involves clinical trial management, advanced analytics for large-scale healthcare data, and the development of precision medicine technologies. Vendors are expected to collaborate closely with medical researchers and provide a dynamic and adaptable solution. The procurement is budgeted at approximately $1.5 million and will be awarded as a firm-fixed-price contract. The evaluation criteria include scientific merit, technical expertise, and the ability to deliver customizable solutions. The submission deadline is November 1st, with a projected award announcement in mid-December. In summary, these files highlight the government's focus on cybersecurity, sustainable construction, and medical research procurement. Each seeks innovative solutions and experienced vendors to achieve their respective objectives, with clear evaluation criteria and defined timelines.
    According to the provided file, the focus of this RFP is the installation of a generator. The contractor selected will be responsible for draining an existing diesel tank, with the recommendation that Nelson's, a local vendor, could assist with this aspect. A bid bond is required, outlined in the FAR 52.228-1 clause, with a specified bid guarantee amount of the lesser of 20% of the bid price or $3 million. The procurement seeks a firm commitment from the contractor, emphasizing the requirement for a bid bond supported by acceptable surety. The contract value is estimated at $3 million and the bid opening date is unspecified, but the bid bond clause indicates a set time for opening bids.
    The government seeks a new backup generator for the Jewel Cave National Monument. The Request for Quotation (RFQ) closing date has been extended to August 6, 2024, at 12:00 PM Mountain Time. Prospective vendors must acknowledge receipt of this RFQ amendment and adhere to the specified format. The contracting officer, Joan Brzezinski, emphasizes the incorporation of FAR 52.228-1 Bid Guarantee into the solicitation. All previous terms remain valid. This amendment focuses on extending the submission deadline and incorporating clarification on certain solicitation aspects, including bid guarantee requirements.
    The government seeks quotes for a firm-fixed-price contract to replace the backup generator at the Jewel Cave National Monument. The objective is to procure all necessary labor, equipment, and materials for the installation, ensuring compliance with industry standards and manufacturer specifications. The project is estimated between $100,000 and $250,000. Bids are encouraged to attend a site visit and should be submitted by the specified deadline. Offerors must provide a lump sum quote covering all costs for the work, which includes completing the installation within 320 days of receiving the notice to proceed. Quotes will be evaluated based on the submitted price and compliance with the specified requirements. Critical dates include a site visit and a submission deadline of July 11, 2024. The successful offeror will be required to furnish performance and payment bonds and adhere to specified labor standards and wage rate requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    61--Emergency Generator - Ojo Encino Day School
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of an emergency generator at the Ojo Encino Day School in Cuba, New Mexico. The project aims to ensure a reliable power supply during emergencies, requiring contractors to provide comprehensive design-build services, including architectural and engineering drawings, compliance with safety codes, and adherence to local regulations. This procurement is crucial for enhancing infrastructure in educational facilities serving Native American communities, with an estimated project cost ranging from $500,000 to $1,000,000. Interested contractors must submit sealed bids by September 13, 2024, and can direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
    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 replacement of the power distribution system at Voyageurs National Park, specifically the underwater high voltage cable and associated transformer boxes. This project aims to enhance safety and operational reliability by addressing critical issues such as compromised neutral wiring, which poses safety risks to visitors and employees, and ensuring backup power generation for essential services like fire suppression and food safety at the Historic Kettle Falls district. The total estimated budget for this design-build project is $11,154,900, with proposals due by October 4, 2024. Interested contractors can contact Timothy Burger at TimothyBurger@nps.gov or call 720-688-9530 for further details.
    Z--DEVA - AUTO SHOP VEHICLE LIFTS
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of two vehicle service lifts at the Death Valley National Park Auto Shop. The project involves the installation of hydraulic vehicle lifts, including necessary electrical and air supply connections, and is critical for maintaining operational efficiency in the park's maintenance facilities. This procurement is part of the government's commitment to ensuring safe and effective service capabilities within national parks, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit their sealed bids by the specified deadline, and for further inquiries, they can contact Caleb Overbaugh at caleboverbaugh@nps.gov.
    68--MORU & BADL Large Propane Tanks IDV
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is preparing to issue a solicitation for the purchase and delivery of propane to Mount Rushmore National Monument and Badlands National Park. This procurement will be conducted as a firm-fixed price requirements contract, utilizing Simplified Acquisition Procedures, and is exclusively set aside for small businesses under NAICS code 325120. The propane delivery is essential for the operational needs of the parks, with a previous contract resulting in over 280,000 gallons delivered through 19 orders. Interested contractors should anticipate a formal solicitation around September 16, 2024, with quotes due approximately 66 days later, by November 21, 2024. For inquiries, contractors can contact Contract Specialist Brian Peck via email or phone as listed in the notice.
    NCC Diesel Standby Power Generator Maintenance Services
    Active
    State, Department Of
    The U.S. Consulate General in Hermosillo, Mexico, seeks a contractor for diesel standby power generator maintenance services. The goal is to ensure the proper functionality and preparedness of these generators for emergency situations. This firm fixed-price contract offers a one-year agreement with four potential one-year extensions, emphasizing the importance of timely and proficient services. Interested vendors must have the requisite expertise and personnel to service and maintain generators, including oil changes, filter replacements, and inspections, adhering to manufacturer guidelines. The U.S. Consulate General will prioritize technical merit and competitive pricing in its evaluation of offers, which are due by September 19, 2024.
    Chief Joseph Dam Emergency Generator
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting quotes for the procurement of a Standby Emergency Diesel Generator to be delivered to the Chief Joseph Dam in Bridgeport, Washington. The generator must be fully enclosed for sound and weather protection, equipped with an integral fuel tank base, integrated load bank, and mounted on a step deck trailer, while also complying with Tier 2, Tier 3, or Tier 4 EPA emissions standards. This procurement is critical for maintaining operational readiness and environmental compliance, emphasizing the need for robust design and comprehensive operational documentation. Quotes are due by 10 AM Pacific on September 30, 2024, and must be submitted via email; interested contractors must ensure they are registered in the System for Award Management (SAM) and are encouraged to address all technical requirements in their proposals.
    J--Propane Tank Replumbing & Cleaning at Yosemite NP
    Active
    Interior, Department Of The
    The Department of the Interior, National Park Service, is seeking qualified contractors for the replumbing, cleaning, and testing of an 18,000-gallon propane tank at Yosemite National Park. The project involves replacing outdated plumbing components, ensuring compliance with industry standards, and maintaining propane supply during the work, which is scheduled to occur between October 15 and December 30, 2024. This initiative is critical for maintaining the operational integrity of propane services that support HVAC units and backup generators within the park. Interested parties must submit their proposals by September 9, 2024, and can contact Lisa Henson at LisaHenson@nps.gov or 928-612-0074 for further information.
    Generator Replacement
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for the procurement and logistics services related to the replacement of nine medium voltage metal enclosed generator systems for the U.S. Embassy in Baghdad, Iraq. The contractor will be responsible for providing new generator systems, managing logistics, and ensuring compliance with quality control standards throughout the production and delivery process. These generators are critical for maintaining reliable power supply in a challenging operational environment, emphasizing the importance of adherence to strict performance specifications and quality assurance measures. Interested contractors must submit proposals by the specified deadline and ensure they are registered in the System for Award Management (SAM) database; inquiries can be directed to Jose Vasquez at vasquezj4@state.gov or Peter Allen at allenpj@state.gov.
    68--DEVA-FY24 PROPANE
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide propane delivery services to Death Valley National Park. The procurement involves the delivery of approximately 15,000 to 18,000 gallons of liquid propane gas annually, with specific requirements for maintaining tank levels and conducting maintenance inspections at no additional cost. This contract is crucial for ensuring the operational efficiency and safety of park facilities, with a performance period from September 23, 2024, to September 22, 2027. Interested vendors should submit their proposals, including past performance examples and technical qualifications, to Michelle Harrison at MichelleAHarrison@nps.gov by the specified deadlines.
    N--Fire Sprinkler System Replacements
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of fire sprinkler systems in Apartments 94 and 96 at Glacier National Park. The project aims to install new dry pipe systems that comply with all relevant codes, ensuring the safety and protection of the park's facilities while minimizing disruption to residents during the scheduled work from October 2024 to March 2025. This procurement is critical for maintaining fire safety standards in federal facilities, particularly in sensitive environments like national parks. Interested small businesses must submit their proposals, including technical details and pricing, by the specified deadlines, with an estimated contract value between $100,000 and $250,000. For further inquiries, contractors can contact Colton Nelson at coltonnelson@nps.gov or by phone at 720-390-0199.