SD APEX News

Strengthen your online fortress with these essential cybersecurity tips:

1️⃣ Use robust passwords and manage them securely with a password manager.

2️⃣ Add an extra layer of defense by enabling multifactor authentication.

3️⃣ Stay vigilant against phishing attempts; recognize and report suspicious emails or messages immediately.

4️⃣ Keep your devices shielded by regularly updating software; patches often fix vulnerabilities.

Re: Shared Resources – Water Treatment Plant, West of Trent Project – Dell Rapids, South Dakota
Bid Date: Feb. 29, 2024 – 2:00 p.m. CT

Rice Lake West, Inc. will be bidding the above referenced project as a general contractor and is soliciting
subcontractor bids and material quotes from certified minority and women owned business enterprises. We
kindly request your assistance in notifying interested subcontractors and suppliers in your network. Please feel
free to distribute this letter or provide us with a list of firms and we will notify them personally.
Brief Project Description: Construction of a new Water Treatment Plant that includes: earthwork, site utilities;
cast-in-place concrete footings, slabs, and walls; building construction of pre-cast concrete panels, pre-cast
double tee roof panels, and pre-cast hollow core; aeration equipment, lime-softening solids contact
equipment, media filtration, high service vertical turbine pumps, backwash vertical turbine pumps, and
chemical feed systems; building mechanical HVAC and plumbing; electrical systems including standby
generators, MCCs, VFDs, switchgear, conduit, wire, etc.; instrumentation and control hardware, conduit and
wire for SCADA system.
Scopes of work and materials include but are not limited to: Concrete, masonry, misc. metals, rough
carpentry, architectural cabinets, thermal & moisture protection, openings, finishes, identification devices,
panel signage, toilet, bath, & laundry accessories, fire extinguishers, metal laboratory casework, corrosion
protection, fire protection systems, plumbing, HVAC, electrical, communications, electronic safety & security,
earthwork, exterior improvements, utilities, process integration, cranes, hoists, process equipment, and water
equipment.
Link to Specifications: https://rlwest.sharefile.com/public/share/websb84880833163495abdfc6cd38e01fbf0
EPA 6100-3 DBE form due no later than the end of day February 26, 2024. Bids are due no later than noon
on February 29th at estimating@rlwest.org
Rice Lake West intends to conduct negotiations in good faith with qualified DBE, MBE & WBE subcontracting

Rice Lake West intends to conduct negotiations in good faith with qualified DBE, MBE & WBE subcontracting
and supplier firms and is willing to break up scopes of work to better fit the interests of DBE/MBE/WBE
companies wishing to participate in this bid. For assistance with bonding, credit, or insurance, please contact
Dustin Foss at dustin.foss@rlwest.org or 303-339-2442. Rice Lake West encourages larger firms to provide 2nd
tier opportunities to smaller MBE, WBE, DBE firms. For additional information and required EPA DBE 6100-3
form please contact Karen Calabro at 719-401-5621 or karen.calabro@rlwest.org.
Thank you,
Dustin Foss
President
Rice Lake West, Inc. is an Equal Opportunity/Affirmative Action Employer.
Minorities, women, disabled and veterans are encouraged to apply for available openings.

NOTICE OF INVITATION FOR BID (IFB)

Metro Transit Facility Sustainability Project at 2222 Cuming Street, Omaha, NE

PROJECT #: NE-34-X009

(“Project”)

 

The Regional Metropolitan Transit Authority of Omaha d/b/a Metro (“Metro”) is requesting bid from qualified responsible contractors for the performance of Work (as defined in the IFB Documents) in conformity with the Contract Documents (as defined in the IFB Documents). Metro will receive sealed bids for that purpose, until Thursday, March 7, 2024, 2:00 pm Central Standard Time, (“Submission Deadline”) at which time Metro will publicly open and read the tabulated bids. Bids not received by Metro as of the Submission Deadline will not be considered responsive and will not be opened. Bids not meeting specified delivery and methods of submittal will not be considered responsive and will not be opened. Metro reserves the right to extend the Submission Deadline by issuing an Addendum.

 

Prospective Bidders should refer to the Bid Documents for a detailed description of the Base Bid and Add Alternate Work Project, including the required deliverables and end products. For informational purposes only, the Work includes, but is not limited to, the following:

 

  • Base Bid Project elements:
  • Remove skylights, cap opening and replace with solid flat roofing.
  • Replace select skylights with panel skylights.
  • Install solar panels on roof in place of skylights.
  • Construct Maintenance Area associated mechanical components to provide conditioned air in the space.
  • Acquire and install new sensors related to detecting leaking compressed natural gas in vehicle storage and/or fueling areas.
  • Modify the existing fire sprinkler system in the bus storage area.
  •  Upgrade/replace the fire alarm system throughout the Metro building.
  • Replace 39 electrical panels throughout the Metro building.

 

  • Parking Lot Bid Add Alternate elements:
  • Remove and replace the west (employee) parking lot surface and drainage system.
  • Install parking lot security upgrades, including fencing, cameras and lighting and eliminate portions of the proposed landscaping as Alternates to the Parking Lot Bid Add Alternate.

 

The current forms of the IFB and all issued Addenda are available for inspection at Metro’s Administrative Offices located at 2222 Cuming Street in Omaha, Nebraska (“Administrative Offices”) and online at the following links www.standardshare.com and www.ometro.com. Metro reserves the right to modify all or any of the same at any time prior to the Submission Deadline through an Addendum.

 

Without limitation to any right of Metro set forth in the Bid Documents, it is anticipated that Metro will award a firm fixed price (lump sum of aggregate of unit prices) Contract to the responsible bidder whose bid complies with bid requirements and is lowest in price. It is anticipated that the Contract will be awarded no later than (30) days after the date of the Bid Opening.

 

The requirements of 49 Code of Federal Regulations (CFR) Part 26 applies to the Contract. It is the policy of Metro to practice nondiscrimination based on race, color, sex, or national origin in the award of performance of the Contract. Metro encourages participation under this solicitation by all qualifying and responsible firms regardless of business size or ownership, whether as the prime contractor or subcontractor. There is an established Disadvantage Business Enterprise (DBE) participation goal for the Contract in the amount of 2.2% Base Bid.

 

The Bid Add Alternate elements bring greater opportunity for DBE participation. This unique goals for the Base Bid+Add Alternates have been established and are outlined below:

  • Base Bid + Alternate 1 Parking Lot Replacement: 3.9%
  • Base Bid + Alternate 1 Parking Lot Replacement + Parking Lot Bid Alternate 1: 4.0%
  • Base Bid + Alternate 1 Parking Lot Replacement + Parking Lot Bid Alternate 2: 3.9%

 

A Non-Mandatory Pre-Bid Conference will be held on February 13, 2024, at 2:00 pm Central Standard Time in Metro’s Administrative Office Board Room located at 2222 Cuming Street, Omaha NE 68102. This Pre-Bid Conference is not mandatory, but contractors are encouraged to attend.

 

All bids must be made on the forms (and contain all certificates, documentation, and information) required by the IFB Documents and must be accompanied by Bid security in the amount and on forms required thereby. Any bid that does not fully comply with any requirement of the IFB Documents will be considered non-responsive, and Metro shall be entitled to reject any such bid at any time. Metro reserves the right to waive any minor informality or mere irregularity contained in any bid.

 

No bid will be construed to be binding on Metro unless: (i) A Contract first has been awarded by its Board of Directors at a public meeting; (ii) The Contract has been duly executed by each of the Contractor and Metro, and (iii) All conditions applicable to such award of the Contract and as otherwise may be set forth in the Contract Documents have been fully satisfied.

 

Bids must be received with all requires submittals as stated in the IFB, no later than March 7, 2024, at 2:00 pm Central Standard Time, at which time they will be publicly opened, read and tabulated by Metro at Metro’s Administrative Offices Board Room located at 2222 Cuming Street, Omaha, NE 68102. Metro prefers Bids be submitted via Mail or hand delivery. The upper-left hand corner of the sealed enveloped must identify the following information:

(Name of Contractor/Bidder)

Sealed Bid for project:

METRO TRANSIT FACILITY SUSTAINABILITY PROJECT

NE-34-X009, Spec. 27-22

 

Envelopes, containing bids must be sealed and addressed to:

The Regional Metropolitan Transit Authority of Omaha Metro

Attn: Procurement and Contracts Manager

METRO TRANSIT FACILITY SUSTAINABILITY PROJECT

2222 Cuming St

Omaha NE 68102-4392

 

Due Date, regardless of submission type is: 2:00 pm, Central Standard Time, March 7, 2024. For information regarding this bid contact the Procurement and Contracts Manager at procurement@ometro.com or call: 402-341-7560 Ext. 2272. Any questions of request for clarification are due from Bidders on February 16, 2024, at 4:00 pm Central Standard Time and submitted on the appropriate form included in the IFB. See Exhibit “F” Request for Clarification or Substitution. Metro’s response to these submissions will be in the form of an Addendum.

 

No person or entity submitting a bid in response to this IFB, nor any officer, employee, agent, representative, relative or consultant representing such a person (or entity) may contact through any means, or engage in any discussion concerning the award of this contract with any member of Metro’s Board or any employee of Metro (excluding Procurement staff) during the period beginning on the date of bid issue and ending on the date of the selection of Contractor. Any such contact would be grounds for disqualification of the Bidder.

SECTION 1 – PROJECTED BID SCHEDULE

 

Bid Advertised and Issued February 1st, 2024
Non-Mandatory Pre-Bid Conference

Metro’s Administration Office Building, Board Room

2222 Cumming Street, Omaha NE 68102

February 13, 2024, at 2:00 pm CST
Questions/Requests for Clarifications of Substitution February 16, 2024, at 4:00 pm CST
Metro’s Response to Questions/Requests for Clarification of Substitution February 21, 2024, at 4:00 pm CST
Bid Closing March 7, 2024, at 2:00 pm CST
Public Bid Opening

Metro’s Administration Office Building, Board Room

2222 Cumming Street, Omaha NE 68102

March 7, 2024, at 2:00 pm CST
Board Award March 28, 2024.

 

 

 

Lucia Del Rio Lopez

Manager of Procurement + Contracts

402.341.7560 x 2272 |ometro.com

2222 Cuming Street, Omaha, NE 68102

 

SOURCES SOUGHT (MARKET SURVEY): Fort Union Trading Post National Historic Site-Wastewater System Improvements: Fort Union Trading Post in Williston, North Dakota   (140P6324B0004)

The National Park Service (NPS) is conducting a market survey to determine the interest and capability of contractors for a possible upcoming project.  All costs associated with providing information in response to this market survey shall be the responsibility of the firm.  Any information submitted is voluntary.  The Contracting Officer will make an acquisition strategy determination based on the results of this market survey.

Prime contractors interested in working at Fort Union Trading Post in Williston, North Dakota the work will consist of:

Providing all labor, materials, tools and other equipment necessary for repair or alteration of sewage and waste facilities system improvement. We anticipate that work would begin in late April/early May 2024.

The NAICS code for this project is 237110, Residential Contractors, with a small business size standard of $45M.  The Magnitude of Construction anticipated is between $500,000 and $1M.  Interested contractors should also consider their construction bonding capacities when responding.

Contractor must be registered in SAM (System for Award Management) under NAICS code 237110 to be considered/confirmed.

Overview:  This project will include all mobilization, work, labor, and materials to complete this work to include Prime/Subcontracting oversight as follows:  The government anticipates that the work will include completion of a project that was started but not completed in 2019. Work consists of constructing two duplex centrifugal grinder pump lift stations (Housing and Visitor Center), new force main to two lift stations and new gravel less leach bed drains field system.  The new duplex submersible grinder pump lift stations will include new wet wells, valve vaults, pumps, controls, plumbing and all appurtenances.  New septic tanks constructed prior to each lift stations.  A horizontal boring process will be required to install new sewer lines between tanks and the leach field. Demolition will be required of existing simplex lift station and existing septic tanks and temporary diversion of pumping/sewage. A NPS Archeological Monitor and/or a Tribal Monitor maybe onsite observing construction in sensitive areas. This project does not anticipate archeological resource to be encountered.  All specifications documents/drawings will be provided if/when the government proceeds with a formal solicitation.

To obtain a copy of the market survey, for further information, or for assistance completing the market survey or your capability statement, contact:

Marcella Hurley, State Program Director
5116 S. Solberg Ave.
Sioux Falls, SD 57108
Email: marcella.hurley@usd.edu
Phone (Direct) 605-275-7577
Construction Businesses are invited to participate in the competitive bid process for a construction project located at Pipestone, Minnesota.

The formal solicitation is posted to SAM.gov under solicitation # 140P6324B0006.

Location: Pipestone National Monument, Pipestone, MN 56164.
Scope: Collections Storage Demo and Rehab.
Bid Deadline: 2/6/2024 1300 Mountain Time.
Please see the link for the full details of this project: SAM.gov

Rule of Two: OMB Issues Guidance to Increase Small Business Participation on Multiple Award Contracts

On January 25, the Office of Management and Budget issued guidance on strategies federal agencies should adopt to enable small businesses to participate in multiple-award contracts. This guidance encouraged early engagement and planning for multiple-award contracts to maximize opportunities for small business contract holders; additional consideration of “on-ramps” to allow for businesses to be added during the performance period of the multiple-award contract; and the use of small business set aside orders for competition among small businesses.  Read More: OMB Memo

Read More:White House Fact Sheet

Foreign Ownership, Control or Influence (FOCI)

Foreign investment can play an important role in maintaining the vitality of the U.S. industrial base. Therefore, it’s the policy of the U.S. Government to allow foreign investment consistent with the national security interest of the United States. A company is considered to be operating under FOCI whenever a foreign interest has the power, direct or indirect, whether or not exercised, and whether or not exercisable, to direct or decide matters affecting the management or operations of that company in a manner which may result in unauthorized access to classified information or may adversely affect the performance of classified contracts.

Listen:  Video One 
Listen:  Video Two

OSBP and DAU brings small business a comprehensive, cost-effective platform of cybersecurity information, resources, tools, and training to assist in achieving and maintaining the intended level of cybersecurity and contractual compliance.

The Project Spectrum Blog: Protecting Small Businesses One Company at a Time is available now on the DAU website and can be retrieved at the following link: https://www.dau.edu/blogs/protecting-small-businesses-one-company-time. The Project Spectrum website is located at this link: https://www.projectspectrum.io/#/

If you are a small business looking to increase sales and profit, reduce dependence on existing markets and stabilize seasonal fluctuations, then you should consider exporting.

Develop your Export Plan & Strategy (all sessions are virtual)

1-hour Pre-Training Session

2-hour Weekly Sessions (4)

1-hour Post-Training Session

Registration: Home | South Dakota Trade

  • The Federal Emergency Management Agency’s (FEMA) Public Assistance Program provides supplemental grants to state, tribal, territorial, and local governments, and certain types of private non-profits so that communities can quickly respond to, and recover from, major disasters or emergencies.

  • FEMA also encourages protection of these damaged facilities from future events by providing assistance for hazard mitigation during the recovery process.

For more information on the SD Public Assistance Process, contact your local APEX Accelerator Contracting Specialist (Go To Contact Page, select a county from drop down menu)

 

SAM.gov

The unique entity identifier used in SAM.gov has changed. On April 4, 2022, the unique entity identifier used across the federal government changed from the DUNS Number to the Unique Entity ID (generated by SAM.gov).. The Unique Entity ID is a 12-character alphanumeric ID assigned to an entity by SAM.gov

 

If you are a veteran owned small business interested in government contracting, you need to be aware of the upcoming changes!  Transfer of the certification from the Veterans Administration (VA) to the Small Business Administration (SBA) will take place January 1, 2023.  Since there will no longer be an option for self-certification for Service-Disabled Veteran Owned Small Business and Veteran Owned Small Business, it is strongly advised to apply for this certification as soon as possible with the VA.

The National Defense Authorization Act transfers the Veterans Affairs Center for Verification and Evaluation (CVE) function that is currently at the VA for verifying Service Disable Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) for VA contracts to the SBA on January 1, 2023.  This change will streamline the process of all small business certification programs.

As of January 1, 2023, any small business wanting to compete in the federal market as a SDVOSB or VOSB will need to be certified by the SBA – self-certification will not be accepted by the contracting officer.  The VA will retain its unique authority to make contract award set-asides to SDVOSBs and VOSBs but will rely on the SBA’s certification to verify eligibility.

SDVOSBs or VOSBs previously verified by the VA, will not lose their status at the time of the program transfer.  There will be a one-year grace period to apply with the SBA.

To find the PTAC counselor in your area go to Home – SD Business Help.

Be ready for a SDVOSB or VOSB set aside with all agencies the beginning of 2023 by getting your certification as soon as possible.

Please visit https://www.sba.gov/federal-contracting/contracting-assistance-programs/veteran-assistance-programs to learn about veteran assistance programs, contracting opportunities, and what this transfer means for your business. This site will be updated as more information becomes available.

The Veterans Business Outreach Center (VBOC) is a one-stop-shop for service members, veterans, and military spouses looking to start, purchase, or grow a business. Located nationwide, VBOCs provide training workshops, including Boots to Business and Boots to Business Reboot programs, as well as business development assistance such as training, advising and mentoring, and resource referrals.  Find additional information about the VBOC at – https://www.sba.gov/local-assistance/resource-partners/veterans-business-outreach-center-vboc-program .

South Dakota Department of Transportation Bid Lettings

South Dakota Department of Transportation – (sd.gov)

 

Contact Us

Visit www.sdei.org to contact the The Enterprise Institue.
Visit www.sdmanufacturing.com to contact Manufacturing & Technology Solutions.
Select a county to find the contact person for your area.

{{contact.name}} {{contact.title}}

{{contact.office}}

Email: {{contact.email}}

Phone (office): {{contact.phone_office}}

Phone (cell): {{contact.phone_cell}}

Fax: {{contact.fax}}

Counties: {{contact.counties_str}}