Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2025 SAM #8647
SOLICITATION NOTICE

Y -- Presolicitation Notice of Construction of Substation A, Rock Island Arsenal, IL

Notice Date
7/28/2025 9:00:09 AM
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR_25_PRESOL_W912QR25RA045_CONSTR_SUBA_RIA
 
Response Due
7/25/2025 10:00:00 AM
 
Archive Date
08/09/2025
 
Point of Contact
JACOB PRIDEMORE, Phone: 5023156228
 
E-Mail Address
jacob.s.pridemore@usace.army.mil
(jacob.s.pridemore@usace.army.mil)
 
Description
***28 July 2025 Update: ANTICIPATED SOLICITATION RELEASE DATE updated. See below. ///////// DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-25-R-A045 to construct a replacement 13.8kW substation at Rock Island Arsenal (RIA), IL. Primary facilities include a new building to house the new switchgear and other components and accessories for a fully functioning substation to serve the Rock Island Arsenal. Supporting facilities include site improvements, information systems, and electrical services; including two (2) new 3000A feeders from a utility-owned substation (Sub 30), one (2) 3000A tie breakers, two (2) 2000A feeders for the future Microgrid, two (2) 1200A feeder breakers for the Hydroplant, and (10) 1200A feeder breakers to serve the existing loads, two (2) 1200A spare breakers, and eight (8) spaces for future use. The project will contain the following options: 1) All work, labor, and materials required for 20 cubic yards of rock removal during underground excavation (conventional methods only, no explosives), 2) All work, labor, and materials required for 240 cubic yards of contaminated soil removal during excavations, 3) All work, materials, and labor required to demolish the existing Substation and seal any penetrations in to the remaining vault, and 4) All work, materials, and labor required to provide and install (8) switchgear circuit breakers labeled as spare. The Contract Duration is estimated at six hundred and fifty (650) calendar days from contract Notice to Proceed. The actual Period of Performance will be identified in the solicitation. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237130 - Power and Communication Line and Related Structures Construction TYPE OF SET-ASIDE: This acquisition will be a Full and Open competitive procurement. SELECTION PROCESS: The proposals will be evaluated using a Best Value Tradeoff source selection process. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000 in accordance with DFARS 236.204(i). ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 06 August 2025 and approximate closing date on or about 05 September 2025. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held following the issuance of the solicitation. The exact location and time will be included in the solicitation. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Jacob S. Pridemore, at Jacob.S.Pridemore@usace.army.mil or 502-315-6228.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8108385218114848b6644aa0f319b134/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN07526389-F 20250730/250728230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.