SOURCES SOUGHT
Z -- McNary Transformer Install T1, T2, T4, and T5, McNary Dam, Umatilla, Oregon
- Notice Date
- 6/26/2008
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-08-R-SS11
- Response Due
- 7/11/2008
- Archive Date
- 9/9/2008
- Point of Contact
- Phyllis Buerstatte, 509-527-7211
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers (USACE) is seeking sources for the construction project entitled, McNary Transformer Install T1, T2, T4, and T5. This will be a firm fixed-price construction contract. Construction magnitude is between $1,000,000 and $5,000,000. A bid bond of 20% or $3,000,000, whichever is less, and 100% performance and payment bonds will be required. Construction performance period will be during four separate periods; the first transformer bank work period shall occur in July and August 2009, the second transformer bank work period shall occur in September and October 2009, the third transformer bank work period shall occur in July and August 2010, and the fourth transformer bank work period shall occur in September and October 2010. Liquidated damages are expected to be at least $925 for each calendar day of delay in installing the transformer The Contractor must have technical capabilities and management experience to orchestrate a wide variety of labor crafts, diversified construction activities and subcontractors, with a high degree of efficiency in order to meet work a tight construction window constraint. The Contractor shall furnish all labor, equipment, plant, material, supplies and incidentals, and perform all work necessary to remove the existing and install 12 Government-furnished 230 kV, 200,000 kVA transformers at McNary Lock and Dam, in Transformer Banks T1 and T2, T4 and T5, over a two year period within four specific construction windows. The construction window for each bank of three transformers will be approximately two months, two banks will be installed in the summer/fall of 2009 and the remaining two transformer banks during the summer/fall of 2010. All work for each bank must be completed within these construction windows. Work within each construction window will include removing the existing oil from the transformers; Disposing of fifteen old transformers, twelve transformers are currently in use and must be moved by a large portal crane along the top of the Powerhouse and then removing them from the site with a heavy duty trailer, while three are in long term storage and must be moved using a heavy duty trailer; Moving the new transformers from their storage location using a heavy duty trailer up to the Powerhouse, then moving them using a large portal crane along the top of the Powerhouse, and then installing the new transformers in confined spaces near high voltage lines; connecting these transformers to the powerhouse; modifying the control system and motor control center; and working with the manufacture representative and McNary Dam personnel with the transformers startup and commissioning. The contractor will be responsible for the removal and disposal of the twelve 230kV transformers replaced under this contract plus removal and disposal of three additional 230kV transformers now in storage at McNary Dam. The Contractor must have a past performance history of installation of high voltage transformers similar to the work required and demonstrated experience in meeting tight construction windows on transformer installation projects. The Contractor must have experiencing with commissioning large power transformers. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, which can be found online at http://www.hq.usace.army.mil. At the HQ homepage, select Safety and Occupational Health. This sources-sought announcement is a tool to identify qualified potential offerors and determine whether there are capable 8(a), HUBZone or Service-Disabled Veteran-Owned firms who can accomplish the work. Please indicate your interest by submitting a statement of your firms capabilities addressing the experience, past performance history, technical and management requirements described above, including bonding capacity; and a statement of whether your firm is a certified 8(a), HUBZone or SDVO small business to Phyllis Buerstatte, Contract Specialist, 201 N. Third Ave, Walla Walla, WA 99362 or by email to Phyllis.L.Buerstatte@usace.army.mil and Kathy.J.Mooney@usace.army.mil Your response to this announcement must be received on or before close of business on July 11, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=49dc5b775f9d37ec0d2e0bdb0c553a71&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN01601458-W 20080628/080626215711-49dc5b775f9d37ec0d2e0bdb0c553a71 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |