SOURCES SOUGHT
Y -- DC Preferred AC, Chief Joseph Dam, WA
- Notice Date
- 5/27/2016
- 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, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W68MD961321047
- Archive Date
- 6/28/2016
- Point of Contact
- Monique Paano, Phone: 206-764-6084
- E-Mail Address
-
monique.a.paano@usace.army.mil
(monique.a.paano@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers, Seattle District is seeking information regarding capability and availability of potential contractors to perform a Firm Fixed Price Contract to furnish, install, commission, and place in service the DC and Preferred AC system at the Chief Joseph Dam Powerhouse in Bridgeport, WA. The purpose of this notice is to measure the interest of Small Businesses (SB), 8(a), Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 238210 "Electrical Contractors and Other Wiring Installation Contractors" (Size Standard of $15 Million) for the subject opportunity. Background and Summary Scope of Work (SOW): The Chief Joseph Powerhouse was constructed on the Columbia River in Washington between 1956 and 1961. The Powerhouse originally had 16 generating units, and was expanded between 1973 and 1979 with 11 additional generating units. Power is generated at 13.8kV and transformed to 230kV and 500kV for transmission to the Bonneville Power Administration (BPA). Critical power for generator controls and life safety are provided by a combination of the following battery and inverter systems: (a) 125 Volt DC System No. 1 and 2. (b) 125/250 volt DC System No. 3. (c). 24/48 Volt DC System No. 4. (d) Preferred AC System. The Chief Joseph Powerhouse has four separate DC systems and one single Preferred AC system. One DC system provides 125 volt DC critical control power to Units 1 -16 power production equipment and the other 125 volt DC system feeds Units 17-27. The 125/250 volt DC system feeds station service, emergency lighting, and large loads required for black start capability. The 24/48 volt DC system provides power for SCC indicating lights and spillway SCADA. All equipment in these systems is original construction (Units 1-16 are over 50 years old and Units 17-27 are over 30 year old), with the exception of the storage battery banks which were replaced in the mid 1990's. The DC and Preferred AC distribution system has become antiquated and difficult to maintain due to the shortage of contemporary replacement parts. The demand load has also grown to the limits of the existing equipment. The current DC distribution configuration relies on a single source, rather than on redundant sources now embraced as regional station service design philosophy. The existing battery chargers, AC and DC feeders, and battery switchboard circuit breaker protections are undersized for the current battery capacity and the existing switchboards are not compliant with current life safety standards. The panel breakers in the individual unit switchboards for units 1-16 are undersized and parts are no longer available from the original equipment manufacturer. The battery room auxiliary equipment (ventilation, alarms, and monitoring), is not up to present safety codes and design standards and current battery capacity exceeds current charger capacity. This project will procure and install a set of upgrades including four 125 VDC battery banks and two 24 volt DC battery banks, each with two redundant chargers and two switchboards. Also included will be two new 120VAC switchboards, redundant inverters, a new annunciator panel, hydrogen gas detector, power terminal box, battery monitoring system, appropriate enclosures for the systems, cable reducing boxes, exhaust fans and DC emergency lights. The individual switchboards will be incorporated into one master battery switchboard. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3. Two (2) examples of past projects valued over $2,000,000.00 and completed within the last ten years with electrical experience installing 125 volt DC station battery banks with chargers and switchboards and replacing 120 volt AC inverters and boards at a powerhouse or similar industrial facility. At least one project shall demonstrate contractor's ability to cutover while keeping critical systems energized through construction. Examples should include the following information: a. A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project; 4. CAGE Code and DUNS number. 5. Firm's Joint Venture Information, if applicable. 6. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under this Sources Sought Announcement. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 2:00 PM (Pacific Time) on 13 June 2016. Submit responses to the attention of Monique Paano, Contract Specialist, by email: monique.a.paano@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts. NOTE: This announcement is for planning purposes only; it does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD961321047/listing.html)
- Place of Performance
- Address: Chief Joseph Dam, Highway 17 and Pearl Hill Road, Bridgeport, Washington, 98813-1120, United States
- Zip Code: 98813-1120
- Zip Code: 98813-1120
- Record
- SN04132221-W 20160529/160527234413-07f61980dd0253027c0df928e62499ae (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 |