Construction and Repair of Substation A, JMTC, Rock Island, IL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
***AMENDMENT 0001: Refer to the attached amendment documentation related to updated site visit instruction and incorporation of three Justification and Approvals.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District has issued Request for Proposal (RFP) Solicitation W912QR-25-R-A052 for the Design-Bid-Build construction and repairs of a Substation A at Joint Manufacturing & Technology Center (JMTC), Rock Island Arsenal (RIA), Illinois. The project includes the replacement of the primary 13.8kV substation at Rock Island Arsenal referred to as Switching Station A and/or Substation A. The package will include drawings, specifications, design analysis, calculations, and construction schedules. The project consists of an existing switchgear building, Switching Station A, that has 14 total breakers modular construction, with a concrete vault under the switchgear room. The new Switching Station A building will be larger and will have capacity for 27 breakers to accommodate the existing electrical needs with spare breakers and additional growth for the future.
The Contract Duration is at six hundred and fifty (650) calendar days from administrative Notice to Proceed.
TYPE OF CONTRACT AND NAICS: This RFP is 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 & 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.
PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held, and attendance is encouraged. Refer to FAR 52.236-27 Alt I and file titled "Vistor_Access_Form_June2022."
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.