61--ELEVATOR BACKUP GENERATOR RPL
ID: 140P6324Q0031Type: Presolicitation
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)
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
    Presolicitation
    Similar Opportunities
    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.
    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.
    TX SAN MARCOS ARC BPA SET UP GEN RPR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking contractors to establish a Blanket Purchase Agreement (BPA) for annual generator preventative maintenance and load testing services at the San Marcos Aquatic Resources Center in Texas. The procurement requires comprehensive maintenance for ONAN, GENERAC, and KOHLER generators, including inspections and servicing of various components, with a minimum two-hour load test for each generator. This initiative is crucial for ensuring the reliability and operational efficiency of the generators, which are vital for the center's operations. Interested contractors must submit their offers, including lead times for urgent needs and relevant certifications, to Lydia Patrick via email by the specified closing date, with the contract performance period extending from September 23, 2024, to September 22, 2029.
    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 emission standards. This procurement is critical for ensuring operational readiness and environmental compliance at the dam. Quotes are due by September 30, 2024, at 10:00 AM Pacific Time, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact McKenna Rain at mckenna.t.rain@usace.army.mil or Robert L. Gonzalez at robert.l.gonzalez@usace.army.mil.
    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 Cow Creek Auto Shop within Death Valley National Park. The project aims to install hydraulic lifts to replace existing cable-driven models that have experienced mechanical failures, ensuring efficient vehicle maintenance operations at the park. This initiative is crucial for maintaining the park's vehicle maintenance facilities while adhering to safety and environmental regulations, particularly concerning the management of hazardous materials. Interested contractors must submit their proposals by September 18, 2024, with an estimated construction cost between $100,000 and $250,000, and can contact Caleb Overbaugh at caleboverbaugh@nps.gov for further details.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Generator Preventative Maintenance Base and 4 OYs
    Active
    Energy, Department Of
    The Department of Energy, specifically the Western Desert Southwest Region, is seeking qualified contractors for a Generator Preventative Maintenance contract, which includes a base year and four option years. The procurement aims to ensure the reliable operation and maintenance of generator systems, which are critical for power distribution and energy management. This opportunity is set aside for small businesses under the SBA guidelines, and interested parties can reach out to Joshua Griffin at jgriffin@wapa.gov or (602) 605-2607 for further details. The solicitation is categorized under NAICS code 811310, focusing on the repair and maintenance of commercial and industrial machinery and equipment.
    Z--WY-BOYSEN PP G1 AND G2 GENERATOR REWINDS
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Boysen Powerplant Modernization Project, specifically focusing on the rewinding of generators G1 and G2 in Wyoming. The project entails significant maintenance work, including the removal and installation of windings and stator cores, as well as asbestos abatement, with a total estimated budget exceeding $10 million and a performance period from November 15, 2024, to November 14, 2028. This initiative is crucial for maintaining the operational efficiency and safety of hydroelectric facilities, reflecting the federal government's commitment to infrastructure modernization and environmental compliance. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Mitchell Frost at mfrost@usbr.gov.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    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.