SOURCES SOUGHT
Z -- Sources Sought for furnish and install of equipment for transformers, switchgear, and network protectors Eaton Electric Powernet ® System.
- Notice Date
- 8/18/2011
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- NB193000-11-02824
- Archive Date
- 9/9/2011
- Point of Contact
- Holly B. Knott, Phone: 3019755935, Michael R. Szwed, Phone: 301-975-6330
- E-Mail Address
-
holly.knott@nist.gov, michael.szwed@nist.gov
(holly.knott@nist.gov, michael.szwed@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought for furnish and install of equipment for transformers, switchgear, and network protectors Eaton Electric Powernet ® System. The National Institute of Standards and Technology (NIST), Gaithersburg, MD, Campus, has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified firms relative to the North American Industry Classification Code (NAICS) 238210. Participation by small and socioeconomically disadvantaged business concerns is encouraged, as well as large businesses. To make an appropriate acquisition decision for the above project, the Government may use responses to this sources sought synopsis. Background: The electrical equipment at Building 245, Wing C needs to be replaced due to age. The power distribution was installed in 1954. The equipment has outlived its useful life, and furthermore it is prone to failing preventative maintenance. The work under this contract will replace and upgrade the service equipment with three (3) 500 kVA network transformers supporting a new 277/480 volt switchgear lineup configured as a ring-bus arrangement. The work will include extension of the existing 13.8 kV distribution system requiring work within existing manholes terminating the existing 15 kV PILC type cable. The PILC cable shall be transitioned to 15 kV EPR type cable for extension back to the new substation equipment. Historically, NIST has purchased similar electrical replacements where the GSA vendor, Eaton Corporation, provided the new electrical materials for the past eight to nine years via the GSA schedule. The most recent purchase was in FY 2008 for Building 231 replacement, which is extremely similar to the requirement in Building 245. It is currently NIST's intent to seek a Limited Source Justification to Eaton Corporation using GSA Schedule. Project information: Contractor shall provide equipment and installation to replace two existing spot network systems: 480v system and 208 systems with upgrade network system, with a limited number of outages during construction. A fully functional, operational and property commissioned system for this requirement shall be completed and in possession of the government within 52 weeks from Notice to Proceed (NTP). In addition, provide submittal register, safety plan, construction phasing plan, temporary powers, commissioning testing plan, shop drawings, and O&M manual. The fire wrapping on the 15 kV feeders may contain asbestos materials. Any required testing and/or necessary abatement shall be provided by NIST. The Contractor shall identify any suspicious materials which require testing to NIST at least 30 days prior to the scheduled work in that area. NIST will provide disposal of all liquid filled transformers. STATEMENT OF WORK Contractor shall provide the following for approval prior to commencement of work: 1) A safety plan. 2) The Government requires the contractor to have a current Experience Modification Rating (EMR) of less than one (1). A phasing construction plan with following constraints; 1) Limit to total 4 weekend outages maximum, including 2 zone outage which affects about 9 buildings, and two (2) Building 245, wing C (which affects wing C only). 2) All building outages shall begin at 6:00 pm on Friday and end at 6:00 am on the next business day. 3) One feeder (site wide) shall be down at a time. Equipment Contractor shall supply the equipment but not limited to the following: 1) Three (3) 13.8 kV fused load interrupting switches 2) Three (3) liquid filled network transformers with primary oil switches, each rated 13.8 kV : 480/277 volt, 500 KVA 3) Three (3) network protectors with draw-out breakers and three (3) associated disconnect links 4) A new indoor metal enclosed switchgear, 480-volt Magnum DS, forming a complete lineup. 5) Contractor shall also provide switchgear steel floor base at least 6" high. 6) The switchgear shall be equipped with three (3) IQ analyzers for incoming feeders and other monitoring meters. 7) A new 208V metal enclosed switchboard as part of a double ended unit substation. The switchboard is equipped with two (2) power monitoring meter IQ220 for incoming feeders. Contractor shall also provide switchgear steel floor base. 8) Two enclosed dry type transformers rated 300 KVA, 480-208/120V as parts of double ended unit substation. The transformer shall be copper winding, class H insulation. 9) A new low voltage busways, 3 runs from transformers to the switchgear, one run to complete ring bus, and one run from dry type transformer to 208V switchboard. The new busway shall be copper. 10) A new 480V panel board. 11) A new disconnect switch for breaker testing. Installation: The installation shall include all necessary labor, supervision, tools, equipment services, misc. material, and supplies as required to construct, erect, and install complete fully functional switchgear and unit substation as listed above. In addition, the work includes but is not limited to the following: 1) Provide Start up, Service, Field testing, and Project Management. 2) Provide demolition of existing equipment. The equipment shall be removed and disposed of, except for the following items that the government will salvage: • The Eaton Powernet ® system and related components. • All existing Kirk Key Interlocks. • All Network Transformers (6 transformers). • All drawing out breakers. Contractor shall install all of the equipment. Contractor shall replace existing PILC cable with EPR medium voltage cable. Contractor shall provide equipment delivery, rigging and handling. Contractor shall also reconfigure the lighting, as well as re-rout existing conduit and cables to new equipment. Install with new conduits, wires, junction boxes, pull boxes, hangars, and fasteners as required. Re-rout any existing conduits or cables that are in the way of new installed equipment. Reconnect the new breaker status and alarm circuitry to the existing alarm cabinet. Eaton Powernet ® communication: Contractor shall install, reconnect, reconfigure, and program the new power monitoring devices to the existing campus wide Powernet ® monitoring system. Provide sign and caution board wherever required. Replace medium voltage cables. Contractor shall provide Arc flash labels to new equipment. Contractor shall provide a short circuit and coordination study. Set the breakers according to the recommended setting in the study. All work shall comply with the latest editions of NFPA 70, 70E, and 72. The Work will be constructed under a single prime contract. NOTE: All equipment including 480V switchgear and unit substation, power monitoring equipment, relays, and trip units must be able to communicate with the existing Eaton Powernet ® system for remote and local monitoring and historical trending without additional new or upgrade Powernet ®or third party software and servers. Circuit breakers must be free of any wiring harness or similar cord that is capable of catching the circuit breakers or switchgear frame during racking operation. Note: A temporary power panel with (12) 600 amp frame feeder breaker can be borrowed from the Government. However, Contractor is required to check for its usability and availability. How to Submit a Response: All interested parties are invited to provide the following information about your company/institution, or any teaming or joint venture parties. Interested parties are requested to submit product specifications that shall include: Contractor Information: • Name • Address • Point of Contact (POC), phone number, and email address • Product technical expert, phone number, and email address • DUNS Number • Website, if applicable • A description of relevant product equivalency 1. Page Limitations: Interested qualified organizations should submit a tailored capability statement for this requirement not to exceed 15 single sided pages including all attachments, resumes, charts, etc... (single spaced, 12 point font minimum) that clearly details the firm's ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Responses will be reviewed only by NIST personnel and will be held in a confidential manner. If there are any responsible contractors who have proven experience and meet the capabilities cited to perform the requirement, they may submit experience to include contact information of location where product has been installed and is in use, capabilities and qualifications as outlined above which will be considered by the NIST. This sources sought is not a request for competitive proposals. However, all information received within seven (7) days after date of publication of this synopsis will be considered by the Government. 2. Due Date: Tailored capability statements are due no later than 12:00PM (Eastern Prevailing Time) on August 25, 2011. 3. Delivery Point: Please respond by email to the following: Point of Contact: Inquiries concerning this Notice may be directed to: Holly Knott, Contract Specialist (Contactor) Email: Holly.Knott@NIST.gov Ph.: 301-975-5935 Michael Szwed, Contracting Officer Email: Michael.Szwed@NIST.gov Ph.: 301-975-6330 Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All responses must be received at NIST by the specified due date and time in order to be considered. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB193000-11-02824/listing.html)
- Place of Performance
- Address: National Institute of Standards and Technology(NIST), Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02540229-W 20110820/110818235906-c4fa53d8940e042ded06f2c5f0e855bf (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 |