CERC A3 Single Phase Electrical Panel Upgrade
ID: 140G0125Q0052Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, 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 U.S. Geological Survey (USGS) is seeking qualified contractors for the upgrade of the electrical panel at the Columbia Environmental Research Center (CERC) A3 Administration Building. The project involves replacing the existing 1200-amp disconnect with a new 600-volt 1200-amp distribution panel, ensuring compliance with national and local electrical codes while accommodating current and future electrical loads. This upgrade is critical for supporting ongoing research activities at CERC and must be completed within 14 days of the Notice to Proceed, with minimal disruption to operations. Interested small businesses are encouraged to contact Kimberly Schneider at krschneider@usgs.gov for further details, as this is a total small business set-aside opportunity.

    Point(s) of Contact
    Schneider, Kimberly
    0000
    krschneider@usgs.gov
    Files
    Title
    Posted
    The U.S. Geological Survey's Columbia Environmental Research Center (CERC) requires an upgrade to the electrical systems of its Administration Building (A3). The project mandates the removal and replacement of the existing 1200-amp single-phase disconnect with a new 600-volt distribution panel, ensuring compliance with electrical standards and accommodating future growth. Key tasks include providing materials, labor, supervision, and ensuring safety protocols during power interruptions, which are to be coordinated with the USGS Technical Liaison five business days in advance. Post-construction, the contractor will train maintenance staff and must provide a 12-month warranty on the new installations. The project aims to modernize the facility's electrical system, which supports critical research on environmental contaminant issues. The contractor is also responsible for obtaining necessary permits and ensuring adherence to local, state, and federal regulations throughout the process. The work is to be performed within 14 days following the Notice to Proceed, with minimal disruption to CERC's ongoing operations.
    The U.S. Geological Survey's Columbia Environmental Research Center (CERC) requires an upgrade of the electrical panel in its A3 Administration Building. The project involves removing the existing 1200-amp disconnect and replacing it with a 600-volt 1200-amp distribution panel. This upgrade is essential for accommodating existing loads and future growth, while ensuring compliance with National and Local Electrical Codes. The contractor will provide all necessary materials, labor, and equipment, with a 12-month warranty on the work. Key tasks include de-energizing existing power, adhering to strict schedules regarding utility interruptions, and training CERC maintenance staff post-completion. The work should not disrupt ongoing operations, and all modifications must be approved by the Contracting Officer. Compliance with federal, state, and local regulations is mandatory. The project is set for completion within 14 days of the Notice-to-Proceed and emphasizes the need for safety and effective communication with CERC staff throughout the process.
    The document pertains to an amendment regarding inquiries related to a government Request for Proposal (RFP) concerning electrical upgrades. It specifies that power disruptions during the project will not exceed 24 hours per occurrence, with two planned outages: one for the removal of the old disconnect and another for the installation of a new panelboard, with a minimum five business days interval between them. Additionally, it addresses concerns about the timeframe for project commencement and completion. The project is to start within ten days and be completed within fourteen days post-contract award; however, suppliers may have longer lead times for essential materials like breakers and panels, which should be factored into any quotes submitted by contractors. This document serves to clarify operational requirements and expectations for contractors responding to the federal RFP, emphasizing the importance of accounting for material availability in timelines and the necessity for minimal disruption to power during implementation.
    The document outlines the structure and requirements for executing a payment bond as mandated under 40 USC Chapter 31, Subchapter III. It serves to protect individuals supplying labor and materials for federal contracts. The principal—identified as the main contractor—must provide the legal name, business address, and the penal sum of the bond, which represents the total liability. The bond must be signed by the principal and sureties, with their names and titles typed and corporate seals affixed. The document specifies that if the principal fulfills payment obligations to all parties involved in the contract, the bond obligation becomes void. Instructions detail the responsibilities of both corporate and individual sureties, as well as the necessity of providing additional financial information if requested. The form highlights information collection under the Paperwork Reduction Act and requires compliance with specifications set forth by the General Services Administration. This structured approach ensures clarity and legality in securing payment bonds, crucial for government contracts, grants, and requests for proposals (RFPs), safeguarding the interests of all parties involved in federal projects.
    The U.S. Department of Labor's WH-347 form is a payroll document intended for contractors and subcontractors engaged in federally financed construction projects. While its use is optional, it is mandatory for covered parties to submit payroll details weekly as mandated by the Copeland Act and other regulations. This includes providing a "Statement of Compliance" affirming that all employees have been compensated according to required wage standards, notably the Davis-Bacon prevailing wage rates. The document collects essential payroll information, such as employee identification, hours worked, pay rates, and deductions, ensuring adherence to labor laws. The process is estimated to take about 55 minutes for contractors to complete. Additionally, contractors must assert that all apprentices are registered in appropriate programs and that any fringe benefits provided meet contract specifications. Failure to comply with these requirements can result in civil or criminal penalties. This form is crucial for maintaining transparency and legal compliance in federal contracting, emphasizing the importance of proper wage practices.
    The document is a Statement and Acknowledgment form related to federal contracting, specifically addressing the relationship between a prime contractor and subcontractor. It outlines essential information such as the prime contract number, subcontract details, involved parties’ names and addresses, and compliance with various labor standards. The form requires confirmation of whether the prime contract includes the “Contract Work Hours and Safety Standards Act – Overtime Compensation” clause and acknowledges the inclusion of specific labor-related clauses in the subcontract. The paperwork also includes an OMB Control Number, indicating it falls under a broader regulatory framework designed to streamline government data collection processes. This form ensures compliance with labor regulations while formalizing subcontract arrangements, thereby safeguarding workforce rights and promoting equitable work practices within government contract obligations.
    The document is a Release of Claims form from the United States Department of the Interior, pertaining to a contract with a contractor. It outlines the requirement that, upon completing all contract work and prior to receiving final payment, the contractor must provide a release of claims against the United States. The contractor agrees to release the United States, its officials, and employees from any potential claims or debts arising from the contract, with specified exceptions. The form requires the contractor's details, including name, address, and corporate authority signature if applicable. This release is a legal safeguard to ensure all contractual obligations have been met and to protect the government from future liabilities related to the agreement. This form is essential in government contracts, particularly in the context of federal RFPs and grants, ensuring the government's interests are protected after the completion of contracted work.
    The document outlines questions and answers related to the installation of new switchgear for a government project. It specifies that the available space for the new equipment measures 17 feet in width and 8 feet in height. The current switchboard configuration includes a 1200 amp main disconnect alongside several additional switches: ten switches rated at 200 amps, two at 100 amps, and three disconnects rated at 200, 600, and 400 amps, respectively. The detailed enumeration of existing electrical infrastructure indicates the project's complexity and its requirements for effective space utilization and electrical load management. The prompt addressing switchboard dimensions emphasizes the need for precise specifications in the RFP process, ensuring compliant and efficient upgrades in alignment with federal and local standards.
    The document outlines a series of questions and answers regarding a government Request for Proposal (RFP) related to the installation of a new electrical switchgear assembly in a facility. Key points include the government's intention to replace existing fusible panels with a new 1200 Amp main breaker panel and related circuit breakers for 15 circuits. The installation will necessitate a shutdown period, referenced in the Statement of Work, and the facility does have backup generators available during this maintenance. The project will require a single switchgear instead of multiple panels, and the location for the new equipment will directly replace the old installations. The government specifies the use of copper conductors for service feeders and confirms that the existing meter cabinet will remain. Notably, a transformer is not required, which will lead to an update in the Statement of Work. The document highlights the logistical considerations for power outages and working over weekends, contingent upon prior approvals. This summary serves to clarify the intent and parameters of the government RFP, emphasizing the technical requirements and operational constraints for prospective bidders.
    This document serves as an amendment to solicitation number 140G0125Q0052 regarding the CERC A3 Single Phase Electrical Panel Upgrade. The amendment outlines requirements for acknowledging receipt of this document and stipulates that offers must be acknowledged before the specified deadline. It includes guidance on modifying existing proposals and emphasizes that all terms, other than those explicitly changed, remain in full effect. The amendment announces the availability of Questions and Answers related to the solicitation, which can be referenced in Attachment 8. The main contact for any inquiries about this solicitation is Kimberly Schneider from the US Geological Survey (USGS). This document exemplifies the formal processes associated with government RFPs, ensuring compliance and clear communication between the government agency and contractors.
    This document pertains to an amendment of solicitation number 140G0125Q0052 for the "CERC A3 Single Phase Electrical Panel Upgrade" project, extending the original offer submission and modifying certain terms. Key modifications include an updated Statement of Work (SOW) that removes the term "transformer" and provision of a Questions and Answers section, which provides further clarification on project requirements. All other terms and conditions of the solicitation remain unchanged. The amendment emphasizes the necessity for contractors to acknowledge receipt of this amendment according to specified procedures to ensure their offers are considered valid. The amendment is to be handled by Kimberly Schneider from the USGS acquisition branch, and all communications regarding this solicitation are to be directed through her. This amendment aims to ensure that the prospective contractors are aligned with the updated requirements and can submit compliant offers within the specified timeframe.
    The document pertains to Amendment No. 0003 for solicitation number 140G0125Q0052 regarding the CERC A3 Single Phase Electrical Panel Upgrade project. The amendment introduces an additional site visit on February 21, 2025, at 9 AM local time, for potential contractors to inspect the project site. It outlines the necessary procedures for acknowledging the amendment, including submitting a signed copy or a separate letter referencing the solicitation. Failure to acknowledge receipt may lead to offer rejection. The amendment enforces that all other terms and conditions of the original solicitation remain unchanged. For inquiries regarding the solicitation, interested parties can contact Kimberly Schneider via email. This amendment emphasizes the importance of communication and compliance with procedural requirements in the context of federal contract solicitations.
    This document serves as an amendment to solicitation 140G0125Q0052 regarding the CERC A3 Single Phase Electrical Panel Upgrade. It outlines the procedures for contractors to acknowledge receipt of the amendment, which must be completed before the specified deadline to avoid rejection of their offers. The amendment primarily includes the provision of questions and answers as referenced in Attachment 10. All other terms and conditions of the original solicitation remain unchanged. The document emphasizes the importance of timely communication and proper acknowledgment by contractors, while also clarifying the roles of the contracting officer Kimberly Schneider for any inquiries related to the solicitation. The amendment's structure includes sections for the solicitation number, contract modification information, and contact details, ensuring clear communication between the government agency and potential contractors. Overall, this amendment is crucial for maintaining the integrity and transparency of the bidding process associated with federal contracts.
    The document outlines a Request for Proposal (RFP) for the U.S. Geological Survey, focusing on the construction and upgrade of electrical systems at the Columbia Environmental Research Center. The project entails replacing the existing main 1200-amp disconnect with a new 600-volt 1200-amp distribution panel, ensuring it remains compliant with federal regulations and standards. The RFP highlights that this is a 100% small business set-aside opportunity, encouraging participation from smaller firms. Key aspects include mandatory performance bonds, payment protection, and an established timeframe for project commencement and completion. Essential requirements like site visits and invoice submission guidelines are detailed. Additionally, the RFP stresses adherence to safety regulations, including OSHA compliance, and outlines expectations for quality control through inspections and acceptance testing. The document serves as a formal invitation for bids, emphasizing local and federal standards, promoting efficient project execution, and ensuring contractor accountability throughout the construction process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NEIC UPS PREVENTATIVE MAINT.
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified contractors for the preventative and emergency maintenance of Liebert and APC uninterruptible power supply (UPS) systems at the Geologic Hazards Science Center in Golden, Colorado. The procurement aims to ensure the continuous operation of critical facilities, including the National Earthquake Information Center, by requiring contractors to provide all necessary materials, labor, and tools for biannual preventive maintenance and emergency repairs. This contract is vital for maintaining operational integrity and compliance with manufacturer standards, thereby minimizing downtime and ensuring adherence to safety regulations. Interested parties can contact Lisa Williams at ldwilliams@usgs.gov or by phone at 303-236-9327 for further details regarding the solicitation.
    MOLDED CASE CIRCUIT BREAKERS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Grand Coulee Power Office, is soliciting proposals for the procurement of molded case circuit breakers to replace aging units at the Grand Coulee Dam. The procurement focuses on acquiring Eaton/Cutler Hammer or equivalent products that meet specific electrical ratings and compatibility requirements, as the existing circuit breakers have been in service for over 36 years. This initiative is crucial for maintaining the integrity of the dam's infrastructure and ensuring compliance with federal regulations, including the Buy American provisions. Interested small businesses are encouraged to submit their proposals in accordance with the guidelines outlined in solicitation number 140R1725Q0028, and may contact Terry Mest at tmest@usbr.gov or by phone at 509-633-9327 for further information.
    Z--REPAIR WEST PARKING LOT - UMESC
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to repair the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center (UMESC) in La Crosse, Wisconsin. The project involves filling cracks, seal coating, and re-striping an area of approximately 37,000 square feet, addressing significant pavement deterioration while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining infrastructure that supports ongoing research activities at the facility. The contract is set aside for small businesses, with a budget between $25,000 and $100,000, and proposals are due by March 7, 2025, with work expected to commence within ten days of the notice to proceed and completed within 60 days thereafter. Interested parties can contact Travis Herberholz at therberholz@usgs.gov for further details.
    Z--LAB DECOMMISSIONING-CMWSC ROLLA, MO
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified contractors for laboratory decommissioning services at its facility in Rolla, Missouri. The procurement involves comprehensive cleaning and hazardous waste disposal, ensuring compliance with federal, state, and local regulations while removing USGS-owned equipment and addressing areas previously storing hazardous materials. This project is critical for maintaining safe working conditions and regulatory compliance in laboratory environments, with a performance period commencing on February 21, 2025, and a completion deadline of July 31, 2025. Interested vendors should direct inquiries to Donald Downey at ddowney@usgs.gov or call 303-236-9331, and must acknowledge receipt of amendments to the solicitation to avoid rejection of their offers.
    RMO23027 Whittaker ATS #1 Replacement ATS #3,5,8 Control Panel Upgrade
    Buyer not available
    The General Services Administration (GSA) is seeking contractors for the RMO23027 project, which involves the replacement of the ATS 1 and the upgrade of control panels for ATS 3, 5, and 8 in Kansas City, Missouri. This procurement is set aside for small businesses and aims to enhance the operational efficiency and reliability of the electrical systems within federal buildings. The work falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is crucial for maintaining the infrastructure of government facilities. Interested parties can reach out to Jason Taylor at jason.taylor@gsa.gov or call 816-349-9662 for further details regarding the solicitation process.
    S--EROS Facilities Operations and Maintenance Support Services
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking potential vendors for facilities operations and maintenance support services at the Earth Resources Observation Systems (EROS) Data Center in Sioux Falls, South Dakota. The procurement aims to ensure comprehensive upkeep of facility systems, including HVAC, electrical, plumbing, and environmental compliance, while adhering to federal standards and enhancing operational efficiency over a five-year contract period. This initiative is critical for maintaining safety and reliability across the 318-acre campus, with a focus on timely service delivery and regulatory compliance. Interested organizations are encouraged to submit their qualifications and feedback on the draft Performance Work Statement by March 3, 2025, with further details available through the System for Award Management (SAM) website. For inquiries, contact Ty Dehart at tdehart@usgs.gov.
    GPSC5 Sources Sought
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify small businesses and Indian Small Business Economic Enterprises (ISBEEs) capable of providing professional mapping services under specific NAICS codes. The required services include remotely sensed data acquisition and the processing of high-resolution topographic and geophysical data, all to be performed under the supervision of qualified professionals. This initiative is crucial for supporting the USGS's science mission and involves managing projects of at least 1,500 square miles in size. Interested firms must submit their capability statements, including relevant performance history and socioeconomic status, by February 28, 2025, to Trisha Beals at tbeals@usgs.gov, ensuring they have a DUNS number and active registration on SAM.gov.
    Y--Town of Coulee Dam Underground Feeders 1, 3, and 4
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is seeking potential contractors for the replacement of underground electrical feeders in the Town of Coulee Dam, Washington, as part of the Columbia Basin Project. The project involves the installation of approximately 16,700 linear feet of new underground feeders, including rock excavation, road restoration, and the installation of safety equipment, with a performance period expected from August to December 2025. This initiative is crucial for enhancing local infrastructure and ensuring a reliable power supply to the community while adhering to safety standards. Interested contractors must respond by February 28, 2025, and direct all inquiries to Bernard O'Brien at bobrien@usbr.gov, with the estimated project cost exceeding $10 million.
    N--Replacement of Computer Room Air Conditioners
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking contractors for the replacement of Computer Room Air Conditioners (CRAC) at the EROS Science Center located in Sioux Falls, South Dakota. The project involves the design and installation of seven new dual cool CRAC units to replace outdated models, ensuring enhanced reliability and minimal downtime during servicing, while adhering to federal, state, and local regulations over a 360-day period. This initiative is crucial for maintaining critical infrastructure and operational efficiency within the facility. Interested contractors can reach out to Ty Dehart at tdehart@usgs.gov for further details, as site visits and design reviews will be scheduled to facilitate compliance and communication throughout the project.
    Z--Electrical installation Beeachgrove, TN NWAS
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for electrical installation services in Beechgrove, TN. This procurement is a Total Small Business Set-Aside and aims to engage electrical contractors for the repair or alteration of utility systems, as outlined under NAICS code 238210. The services are crucial for maintaining NOAA's operational capabilities and ensuring the reliability of its electrical infrastructure. Interested parties can reach out to Suzanne Romberg-Garrett at SUZANNE.GARRETT@NOAA.GOV or call 303-578-6439 for further details regarding the solicitation process.