Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2014 FBO #4572
SOLICITATION NOTICE

Y -- Switchyard Upgrades, Fort Randall Dam, SD

Notice Date
5/30/2014
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-14-R-0047
 
Response Due
6/16/2014
 
Archive Date
7/29/2014
 
Point of Contact
David Neal, 4029952816
 
E-Mail Address
USACE District, Omaha
(david.w.neal@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Business Opportunities Information Date: 2014 May 30 SOLICITATION NO. W9128F-14-R-0047 On or about 16 June 2013, this office will issue Request for Proposals for the construction of the Switchyard Upgrades, Fort Randall Dam, SD. The solicitation will close on or about 29 July 2014. This solicitation is RESTRICTED TO SMALL BUSINESS PARTICIPATION. A site visit date and time will be established and issued with the solicitation. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See 'Obtaining Solicitation Documents' below. _______________________________________________________________________________ Project Description: (Approx. quantities) The purpose of this project is to upgrade the capacity of the switchyard at Fort Randall to meet Western Area Power's updated requirements as well as to replace the antiquated oil-filled equipment in the switchyard with modern gas-insulated equipment. The USACE will provide as government furnished equipment the new SF6 circuit breakers and high voltage disconnect switches. They will be furnished to the installation contract for installation and commissioning. The construction contract will provide new strain bus and all necessary interconnections, as well as control and relaying interconnections for the new equipment. Specific requirements of the job are as follows: 1. Replacing all of the strain bus conductors in the switchyard; 2. Replacing all strain and stand-off insulators inside the switchyard with porcelain insulators that meet the existing design BIL in each switchyard section; 3. Installing Government-provided SF6 gas-insulated circuit breaker replacements for all of the oil-filled 115-kV and 230-kV circuit breakers; 4. Installing two new concrete foundations to support two of the new SF6 breakers; 5. Replacing four (4) 115-kV motor-operated disconnects (MODs) with Government-furnished 115-kV circuit breakers; 6. Replacing six (6) bus-sectionalizing MODs with new Government-furnished disconnect switches; 7. Updating existing relay panel wiring per the revised breaker control scheme; 8. Adding fiber from each new circuit breaker to the relay panels located in the Powerhouse; 9. Installing redundant cables from the transmission line potential transformers (PTs) to the control room relays and implementing a redundant control scheme that utilizes separate sets of current transformers (CTs) for primary and secondary relaying with all new CT and PT circuits run to the Powerhouse control room; 10. Reconfiguring the autotransformer bus connections such that autotransformer F serves the main bus and autotransformer E serves the auxiliary bus; 11. Replacing all of the disconnect switches with new Government-furnished switches while reusing structural steel; 12. Adding new marshaling boxes in control cable tunnel to provide a termination point for existing control cable to control room and an interface for new cables to switchyard equipment; and 13. Replacing all transite cable trays with new hot dipped galvanized steel cable trays from the Powerhouse to the switchyard. Duration of construction is estimated to be 2 years. The estimated construction cost of this project is between$5,000,000 and $7,500,000. _______________________________________________________________________________ The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 720 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement for Representations and Certifications Application (ORCA) is now located in System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 1.Use the 'Quick Search' to locate the project (by entering the solicitation number) or use the advanced search features offered in the 'Find Opportunities' (large arrow in the middle of the page) or use the 'Opportunities' tab followed by the 'Advanced Search' tab. 2.By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3.Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading 'All Files' or from the 'Packages' tab. 4.If you want other vendors, sub-contractors or contractors to contact you, click on the 'Interested Vendors' tab and then 'Add me to Interested Vendors' link at the bottom of the page. Questions regarding contractual matters should be made to: David Neal 402 995 2816. Telephone calls regarding Small Business matters should be made to: 402 995 2910. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: 402-995-2719 or Specification Section at: 402-995 2184. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C 1616 Capitol Avenue Omaha, NE 68102 4901
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-14-R-0047/listing.html)
 
Place of Performance
Address: USACE District, Omaha - Ft. Randall Project Office P.O. Box 199 Pickstown SD
Zip Code: 57367
 
Record
SN03380459-W 20140601/140531021314-db0f671631d9827b449abd02f974ff5b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.