Skip to main content

An official website of the United States government

You have 2 new alerts

Wolf Creek DC and Preferred AC Systems Upgrade

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Apr 10, 2024 07:55 am CDT
  • Original Published Date: Apr 10, 2024 07:54 am CDT
  • Updated Date Offers Due: May 14, 2024 01:00 pm CDT
  • Original Date Offers Due: May 14, 2024 01:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 31, 2024
  • Original Inactive Date: Oct 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Jamestown , KY 42629
    USA

Description

PLEASE NOTE: The Technical Plans and Specifications are uploaded to SAM.gov. Please see the Solicitation in SAM on how to request access to them. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Nashville District (LRN) is issuing a Request for Proposal (RFP), W912P524R0002, for a single firm fixed-price construction contract for the Wolf Creek DC and Preferred AC Systems Upgrade Project in Jamestown, KY. The scope of this requirement is to replace the existing lead acid battery systems including the batteries, chargers, power inverter and cables with a new gel battery system and associated equipment. Additionally, new switchboards with associated equipment will be replaced. Disclosure of the Magnitude of the Proposed Construction Project: Between $1,000,000 and $5,000,000. NAICS Code: 238210- Electrical Contractors and Other Wiring Installation Contractors, Size Standard $19.0M. TYPE OF SET-ASIDE: None (Full and Open/Unrestricted) ADDITIONAL INFORMATION: Specific information pertaining to this procurement is available in the Solicitation. The Solicitation documents are posted on the SAM.gov website. It is, and will continue to be, the responsibility of all potential Offerors to monitor the SAM.gov website for any amendments, updates, responses to industry questions/comments, etc. The Government will not be maintaining a mailing list. The 100% Ready to Advertise (RTA) Technical Plans and Specifications are uploaded to SAM.gov with the solicitation. You will have to request access to them, and if you do not have the option to request access to the documents, please contact your organization?s SAM.gov Administrator, and request the correct Role in order to request access. There is nothing we can do on our side to change your Role. U.S. Citizens: To request access to the controlled documents, U.S. Citizens must fill out a U.S. Citizen Security Form and submit to the Point-of-Contacts (POC) listed below. Foreign Nationals (FNs): To request access to the controlled documents, Foreign Nationals (FNs) shall submit a completed FN Security Form and legible color copies of two (2) of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N 550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I-688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS- Form I571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POC. Both the U.S. Citizen Security Form and the FN Security Form are provided on SAM.gov with this notice. POINT-OF-CONTACT: The Primary Contract Specialist for this Solicitation is Andrew Roth, email: Andrew.R.Roth@usace.army.mil. Any communication regarding this notice should be made in writing sent via email and must identify the Solicitation number, company name, address, phone number and point of contact.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 801 BROADWAY RM A604
  • NASHVILLE , TN 37203-1070
  • USA

Primary Point of Contact

Secondary Point of Contact

History