SOURCES SOUGHT
59 -- RECOVERY--59--PROJECT NUMBER 6400, Garrison Dam, Lake Sakakawea, ND
- Notice Date
- 1/15/2010
- Notice Type
- Sources Sought
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-10-T-0010
- Response Due
- 1/25/2010
- Archive Date
- 3/26/2010
- Point of Contact
- Tracey S. McKay, 402-995-2060
- E-Mail Address
-
US Army Corps of Engineer - Omaha District
(tracey.s.mckay@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Garrison Rehab Station Service Switchgear 13.8 kV Transformer Supply Only Requirement The Omaha District, U.S. Army Corps of Engineers is seeking qualified members of the Small Business Community [Small Businesses (SB) Small Disadvantaged Businesses (SDB) Woman Owned Small Businesses (WOSB) Service Disabled Veteran Owned Small Businesses (SDVOSB) Historically Underutilized Business Zones (HubZones) and Section 8(a) Participants] or small business-led teams, or small business joint ventures and Other than Small (OTS) concerns that qualify under the North American Industry Classification System (NAICS) Code 335313 Switchgear and Switchboard Apparatus Manufacturing Seeking contractors to supply equipment for the Garrison Dam Power Plant near Garrison, North Dakota. This is a supply only requirement for procurement of equipment as follows: Supply a new 13.8 kV 2-bus lineup of outdoor switchgear, supply four new single-bus lineups of indoor switchgear, and supply two new double-ended lineups of 480 V switchgear with four dry-type 2 MVA, 13.8-480 V substation transformers. Additional information as follows: A. 13.8kV Switchyard Station Service Switchgear Provide a new 13.8kV 2-bus lineup of outdoor switchgear (SJ3) with main and bus tie breakers for future installation in the switchyard. This new switchgear will be installed outdoors at a future date under separate contract in the powerhouse switchyard. Equipment design shall be sturdy enough to withstand local weather conditions which can be extreme. Switchgear shall be enclosed in a walk-through heated enclosure designed for this climate. B. 13.8kV Powerhouse Station Service Switchgear Provide four new single-bus lineups of indoor switchgear (SJ1, SJ2, SJ01, SJ02). Under a future install contract, these lineups will be connected by feeders to provide a double-ended configuration. The new configuration will provide one new feeder to the nearest point of connection for the Spillway and one new feeder to the nearest point of connection for the Intake Structure, thus providing true redundancy of sources to this critical load in conjunction with the switchyard switchgear. The new configuration will also provide four new feeders to the transformers for the 480V powerhouse switchgear. C. 480V Station Service Switchgear Provide two (2) new double-ended lineups of 480V switchgear with four (4) dry-type 2 MVA, 13.8-480V substation transformers (SQ01 and SQ02) with interlocked main bus breakers and bus tie breakers. Provide four (4) high resistance ground systems, low voltage for the SQ01 and SQ02 transformers. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses and small business-led teams, that qualify under NAICS Code 335313 are hereby invited to submit a response to the market survey to demonstrate their capability to provide the requested item. It is anticipated that the Government will issue a firm fixed price contract selected on the basis of best value evaluation of factors such as, but not limited to, price, past performance, technical acceptability and schedule. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Interested Contractors must furnish the following information: General Information 1.What is your company name, address, point of contact, phone number, and e-mail address? 2.What is your business size? 3.Do you have any corporate affiliations? If so, please identify. 4.Are you interested in participating as a leader or member of a small business-led team? a.If so, specify what type of team arrangement (joint venture, prime contractor/subcontractor, other). (N/A to supply only requirements) b.Provide a list of potential team members and associated disciplines, if known. (N/A to supply only requirements) c.Describe your current/anticipated team management structure. (N/A to supply only requirements) Past Performance Information 5.Please provide any past performance information for the previous 3 years that clearly demonstrates familiarity and experience with the requirements. For each project, include the following information: a.Size, term, and complexity of job. For supply only requirements, list the items provided, quantities provided and delivery timeframe. b.Information on your role as either a prime contractor or subcontractor; and c.Point of contact (POC) at the agency or prime contractors organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 6.Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. Provide POCs (name, address, e-mail address, and telephone number) that can verify this experience. (N/A to supply only requirements) Responses to this announcement may be sent electronically to Tracey S. McKay at tracey.s.mckay@usace.army.mil and should arrive no later than 5:00 PM CST 25 January 2010. Responses should be limited to no more than 10 pages. The information requested for responses to supply only requirements can usually be provided on only a few pages. If you are unable to send the information via e-mail, you may mail it to the address listed below. All mailed documents must include a return address on the outside envelope to be accepted. US ARMY CORPS OF ENGINEERS CONTRACTING DIVISION CECT-NWO-C ATTN: TRACEY S. MCKAY 1616 CAPITOL AVENUE OMAHA, NE 68102-4901 Questions should be forwarded to Tracey S. McKay at 402-995-2060 or via e-mail at the address above. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-T-0010/listing.html)
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE
- Zip Code: 68102-4901
- Zip Code: 68102-4901
- Record
- SN02042963-W 20100117/100115234800-def2fd06868887e9724041ccbe485685 (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 |