Similar Projects
Replace Generator
Term Contract
Design
Keystone, SD 57751

Indefinite Delivery/Indefinite Quantity Electronic Security Systems (ESS) 7th Generation
Term Contract
Design
Less than $675,000,000 est. value

Furnishing Single Phase Transformers
Term Contract
Sub-Bidding
Pierre, SD 57501

Low Voltage Cabling
Renovation
Sub-Bidding
$50,000 CJ est. value
Mobridge, SD 57601

Concert Hall Lighting Upgrades
Alteration
Post-Bid
Brookings, SD 57007

Watertown Operations Office Building, Station Service Upgrade
Renovation, Alteration
Post-Bid
$1,000,000 to $5,000,000 est. value
Watertown, SD

Substation Testing and Maintenance
Results
Sioux Falls, SD

Pad-Mounted Transformers
Results
Sioux Falls, SD

Generator Maintenance and Repair Services
Term Contract
Sub-Bidding
Sioux Falls, SD 57104

Transformers - Electric Department
Alteration
Post-Bid
Watertown, SD

Kones And Booster C Generator
Renovation
Results
$200,000 est. value
Watertown, SD 57201

Elementary Lighting Upgrade
Alteration
Post-Bid
Aberdeen, SD 57401

Install Second Floor Corridor Ceiling and Lighting
Results
$25,000 to $100,000 est. value
Rapid City, SD 57701

Emergency Generator Annual Load Bank Testing And Semi-Annual Maintenance And Testing Services
Term Contract
Post-Bid
Fort Meade, SD 57741

Power Cable
Results
Sioux Falls, SD

Last Updated 09/21/2022 04:31 AM
Project Title

Fuse for Sulphur Station Service

Physical Address View project details and contacts
City, State (County) Rapid City, SD 57701   (Pennington County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This acquisition is set aside for small business only with a valid SAM registration*** Items must be Power Fuse 468001R4 115 KV SMD-2B or equal. POC for this solicitation is Jeremy Schafer @ Schafer@wapa.gov or 605-237-4060. Delivery: 30 Days After Award468001R4 115KV SMD-2B 1A POWER FUSE 2 EA Must be Power Fuse 468001R4 or equal to Addendum to 52.212-4 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) In accordance with Office of Management and Budget Memorandum M-15-19, effective April 1, 2018, all payment requests must be submitted electronically. Western Area Power Administration (WAPA) has selected the U. S. Department of the Treasury's Invoice Processing Platform System (IPP) as its electronic processing platform. "Payment request" means any Contractor request for contract financing payment or invoice payment. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the Contractor shall upload relevant back-up documentation as an attachment to the electronic invoice when requesting payment through IPP. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Accounts Receivable (AR) Point of Contact as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. DOE-H-20XX MITIGATING SUPPLY CHAIN RISK [SEPTEMBER 2021] DOE/NNSA utilizes a Supply Chain Risk Management (SCRM) Program to identify, assess, and monitor supply chain risks of critical vendors. The Government may use any information, public and non-public, including all-source intelligence for its analysis. The Contractor agrees that the Government may, at its own discretion, perform audits of supply chain risk processes or events consistent with other terms in the contract regarding access to records and audits. An onsite assessment may be required. Through the information obtained from a SCRM program, DOE may assess vendors and products through multiple risk lenses such as national security, cybersecurity, compliance, and finance. If supply chain risks are identified and corrective action becomes necessary, mutually agreeable corrective actions will be sought based upon specific identified risks. Failure to resolve any identified risk may result in contract termination. End of ClauseQUESTIONS CONCERNING THE SOLICITATION (WAPA, MAR 2002) a. Any questions concerning this solicitation MUST be submitted in writing and received in the contracting office NO LATER THAN 23 September, 2022 at 1500 central tiem. Questions received after this date may or may not be addressed, at the discretion of the Contracting Officer. Questions may be sent via facsimile at NA or to the following email address Schafer@wapa.gov. b. Each question should clearly specify the RFP area to which it refers. All questions answered will be provided to all prospective offerors through a solicitation amendment posted on the Internet at the web page address (URL) of: NA. The identity of the prospective offerors asking questions will be withheld. DOE-L-2016 NUMBER OF AWARDS (OCT 2015) It is anticipated that there will be 1 award(s) resulting from this solicitation. However, the Government reserves the right to make any number of awards, or no award, if it is in the Government's best interest to do so. This acquisition is set aside for small business only with a valid SAM registration*** Items must be Power Fuse 468001R4 115 KV SMD-2B or equal. POC for this solicitation is Jeremy Schafer @ Schafer@wapa.gov or 605-237-4060. Delivery: 30 Days After Award468001R4 115KV SMD-2B 1A POWER FUSE 2 EA Must be Power Fuse 468001R4 or equal to Addendum to 52.212-4 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) In accordance with Office of Management and Budget Memorandum M-15-19, effective April 1, 2018, all payment requests must be submitted electronically. Western Area Power Administration (WAPA) has selected the U. S. Department of the Treasury's Invoice Processing Platform System (IPP) as its electronic processing platform. "Payment request" means any Contractor request for contract financing payment or invoice payment. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the Contractor shall upload relevant back-up documentation as an attachment to the electronic invoice when requesting payment through IPP. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Accounts Receivable (AR) Point of Contact as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. DOE-H-20XX MITIGATING SUPPLY CHAIN RISK [SEPTEMBER 2021] DOE/NNSA utilizes a Supply Chain Risk Management (SCRM) Program to identify, assess, and monitor supply chain risks of critical vendors. The Government may use any information, public and non-public, including all-source intelligence for its analysis. The Contractor agrees that the Government may, at its own discretion, perform audits of supply chain risk processes or events consistent with other terms in the contract regarding access to records and audits. An onsite assessment may be required. Through the information obtained from a SCRM program, DOE may assess vendors and products through multiple risk lenses such as national security, cybersecurity, compliance, and finance. If supply chain risks are identified and corrective action becomes necessary, mutually agreeable corrective actions will be sought based upon specific identified risks. Failure to resolve any identified risk may result in contract termination. End of ClauseQUESTIONS CONCERNING THE SOLICITATION (WAPA, MAR 2002) a. Any questions concerning this solicitation MUST be submitted in writing and received in the contracting office NO LATER THAN 23 September, 2022 at 1500 central tiem. Questions received after this date may or may not be addressed, at the discretion of the Contracting Officer. Questions may be sent via facsimile at NA or to the following email address Schafer@wapa.gov. b. Each question should clearly specify the RFP area to which it refers. All questions answered will be provided to all prospective offerors through a solicitation amendment posted on the Internet at the web page address (URL) of: NA. The identity of the prospective offerors asking questions will be withheld. DOE-L-2016 NUMBER OF AWARDS (OCT 2015) It is anticipated that there will be 1 award(s) resulting from this solicitation. However, the Government reserves the right to make any number of awards, or no award, if it is in the Government's best interest to do so.

Details

Division 26 - Electrical.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents