Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2025 SAM #8658
SOLICITATION NOTICE

Y -- Construction and Repair of Substation A, JMTC, Rock Island, IL

Notice Date
8/8/2025 6:53:01 AM
 
Notice Type
Solicitation
 
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
W912QR25RA052
 
Response Due
9/9/2025 12:00:00 PM
 
Archive Date
08/08/2026
 
Point of Contact
Jacob Pridemore, Phone: 5023156228
 
E-Mail Address
jacob.s.pridemore@usace.army.mil
(jacob.s.pridemore@usace.army.mil)
 
Description
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/276148e503cf441eb6da1c78fa937c69/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN07543514-F 20250810/250808230045 (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.