Skip to main content

An official website of the United States government

You have 2 new alerts

PBA Substation Repair

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 (Original)
  • Original Published Date: Dec 23, 2022 09:06 am EST
  • Original Date Offers Due: Jan 20, 2023 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 04, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: C222 - ARCHITECT AND ENGINEERING- GENERAL: ELECTRICAL SYSTEMS
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:

Description

1. The U.S. Army Contracting Command – Rock Island (ACC-RI) issues Invitation for Bid (IFB) W519TC-23-B-
2001 for the repair of two substations (Substation “B” and Substation “C”) located at Pine Bluff Arsenal in Pine
Bluff, Arkansas. All work shall be completed in accordance with Attachment 0001 – Scope of Work (SOW).
2. This IFB is issued as a Women-Owned Small Business (WOSB) Eligible Under WOSB Program Set Aside. It is
anticipated that a single Firm Fixed Price (FFP) type contract will be awarded to the responsive, responsible bidder
whose bid represents the lowest priced, technically acceptable bid. This IFB is issued using the Two-Step Sealed
Bidding Method. See Section 00 21 13 – Instructions to Bidders within this solicitation for the Technical
Requirements and Evaluation Criteria for Step-One.
3. A pre-construction site visit is scheduled for 9:00 AM CT on 04 January 2023. All interested contractors are
encouraged to attend the site visit. See SITE VISIT INFORMATION for more information. USG will not answer
any questions at the site visit. Contractor questions regarding solicitation and work solicited in the SOW are due to
the POCs listed below no later than COB 06 January 2023 in order to assure that all Contractor questions can be
answered and posted for all Contractors knowledge prior to the closing of Step-One, Technical Proposal.
4. Technical proposals (Step-One) shall not include prices or pricing information. Technical proposals are due by
1:00 PM CT on 20 January 2023, and shall be emailed to the following POCs:
Jadwiga Baranowski at jadwiga.b.baranowski.civ@army.mil
John Fotos at john.g.fotos.civ@army.mil
5. Only bids based upon technical proposals (Step-One) determined to be acceptable, either initially or as a result of
discussions, will be considered further for award into Step-Two. Each bid in the second step must be based on the
bidder’s own technical proposal. Bidders shall submit bids that are acceptable without additional explanation or
information. The Government may make a final determination regarding a technical proposal’s acceptability solely
on the basis of the bid as submitted. The Government may proceed with Step-Two without requesting further
information from any bidder; however, the Government may request additional information from bidders that it
considers reasonably susceptible of being made acceptable, and may discuss bids with the prospective bidders.
6. A notice of unacceptability will be forwarded to the Bidder upon completion of the technical proposal evaluation
(Step-One) and final determination of unacceptability.
7. Bidders are cautioned to ensure their Step-Two bids are fully complete, including all fill-ins. Any bidder
submitting a bid agrees by submission that their bid and the prices contained therein will be valid for 60 days after
receipt of bids.
8. Bids from eligible bidders are due 2:00 PM CT on 10 February 2023 (Step-Two). Contractor bid submission shall
be emailed to:
Jadwiga Baranowski at jadwiga.b.baranowski.civ@army.mil
John Fotos at john.g.fotos.civ@army.mil
The Bid Opening will take place at 9:00 AM CT on 14 February 2023. See Bid Opening for more details.
9. The prevailing Davis-Bacon Act for wage determination will be incorporated into the resultant contract and will
be in effect for the entire performance period of the resultant contract. The most recent wage determination can be
found online at https://www.wdol.gov/dba.aspx or see Attachment 0002 – Davis Bacon Wage Determination. If the
wage determination is revised during the period of performance, it shall be provided to the contractor through
modification to the resultant contract.
10. Timeline:
Solicitation issued: 22 December 2022
Deadline for Registering for Site Visit – 29 December 2022 @ 1:00 PM CT
Site Visit – 04 January 2023 @ 9:00 AM CT
Questions from Site Visit due by – 06 January 2023 @ 4:00 PM CT
Technical Proposals (Step-One) Closes – 20 January 2023 @ 1:00 PM CT
Price Bid (Step-Two) Closes – 10 February 2023 @ 1:00 PM CT
Bid Opening via Microsoft Teams Teleconference-14 February 2023 9:00 AM CT
11. This executive summary is provided as an administrative convenience and is not intended to alter the terms and
conditions of the IFB in any way. Any inconsistencies between this executive summary and other IFB provisions
shall be resolved in favor of the other IFB provisions.
12. The POCs for this IFB are Jadwiga Baranowski, Contract Specialist at jadwiga.b.baranowski.civ@army.mil and
John Fotos, Contracting Officer at john.g.fotos.civ@army.mil

Contact Information

Contracting Office Address

  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History