Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
SOURCES SOUGHT

Z -- The Dalles Arc Flash Hazard Mitigation

Notice Date
3/15/2016
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-16-R-0057
 
Archive Date
4/14/2016
 
Point of Contact
Ryan S. Shoemaker, Phone: 5038084628
 
E-Mail Address
ryan.s.shoemaker2@usace.army.mil
(ryan.s.shoemaker2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for The Dalles Powerhouse Arc Flash Hazard Reduction. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond. 3. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through references, project lists, or reports, they possess experience involving the procurement and installation of 5kV switchgear, 125/250V DC equipment, and 115kV and 230kV switches. Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): 238210 The size standard: $15M Federal Service Code: Z2KA Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. 4. Project Description. The U.S. Army Corps of Engineers, Portland District, has a requirement to reduce arc flash hazards at The Dalles by making physical changes to equipment in order to reduce incident energy. The proposed work involves: a) SP Station Service Switchgear: install maintenance switches for SEL-351 relays b) SP3 & SP5: install maintenance switches for SEL-387 c) CQ Boards: replace old breakers with new static trip breakers d) DQ Boards: provide new 5kV switchgear equipped with protective relays and remote control panel e) SU Boards: replace old breakers with new static trip breakers and install maintenance switches for SEL-351 relays f) SQ Boards: install maintenance switches for SEL-351 relays g) SH Boards: replace old breaker with new static trip breakers and install maintenance switches for FP5000 relays h) SB Boards: replace old breakers with new static trip breakers i) DC Distribution: replace existing breaker with digital trip unit breakers, install new DC switchboard with test terminals j) Install six motor operators for the ground disconnect switches on 115kV and 230kV switchyard A list of acronyms is provided below for reference: SP = 4160 V. Switchgear CQ = Load Centers. 480 V. DQ = Load Centers. 480 V. (Dam). SU = Unit Switchgear. SQ = 480 V. Switchgear. SH = Heating Switchgear. SB = Battery Switchboard. 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N-16-R-0057 The Dalles Powerhouse Arc Flash Hazard Reduction. Please send to Ryan S. Shoemaker, Contract Specialist, at Ryan.S.Shoemaker2@usace.army.mil in either Microsoft Word or Adobe Portable Document Format by 2:00 pm Pacific Standard Time Monday, March 29, 2015. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. d. Provide a minimum of three and up to five examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS. 6. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. 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 to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-16-R-0057/listing.html)
 
Place of Performance
Address: The Dalles Lock and Dam, Klickitat County, Washington, United States
 
Record
SN04050290-W 20160317/160315234550-4cb48136dafa380b24b0cd41acda51e2 (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.