Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
MODIFICATION

61 -- Ice Harbor Station Service Transformers Replacement

Notice Date
7/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-16-R-SS62
 
Archive Date
8/13/2016
 
Point of Contact
Hillary A. Morgan, Phone: 5095277214
 
E-Mail Address
hillary.a.morgan@usace.army.mil
(hillary.a.morgan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Ice Harbor Station Service Transformers Replacement Source Sought Notice: W912EF-16-R-SS62 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a project entitled: Ice Harbor Station Service Transformers Replacement. The work is located at the Ice Harbor Lock and Dam near Burbank, Washington. This will be a firm-fixed-price supply with construction installation contract. The North American Industry Classification System (NAICS) code for this project is 335311, Power, Distribution and Specialty Transformer Manufacturing and the associated small business size standard is 750 employees. The contract requires completion of all work (supply and construction efforts) within approximately 500 days after Notice of Award. Notice of Award is anticipated on or about September 2017. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement for small business concerns. A) A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B) A reference list for each of the projects submitted in A) above. Include the name, title, current phone number and email address for each reference. C) Provide a statement of your firm's business size (HUBZone), Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F) Cage Code and DUNS number. Submit this information to Hillary Morgan, Contract Specialist, via email to Hillary.A.Morgan@usace.army.mil. Your response to this notice must be received on or before 2:00 PM on Friday, July 29, 2016. Summary of Scope of Work: The work described herein involves the replacement of two station service transformers at the Ice Harbor Lock and Dam, seismic anchoring for replacement transformers, removal of existing oil containment. The contractor will be responsible for removal of existing transformers, design and fabrication of replacement transformers, replacement of two station service transformers at the Ice Harbor Lock and Dam, seismic anchoring for replacement transformers, removal of existing, and oil containment. Replacement transformers will be with 5000/6250kVA, mineral oil-immersed transformers with On-Load Tap Changers on the secondary side. Transformer TJO is a Class I air cooled, 15kV/4160V transformer that will utilize the existing 5kV and 15kV bus duct. Transformer TWO is a Class II air cooled, 115kV/4160 that will utilize the existing 5kV bus duct. Provide on-site customer operations and maintenance training by authorized representatives of the new equipment manufacturers. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor is required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5 years, and shall have completed at least 24 hours of safety training from accredited safety training sources each year for the past 5 years. Establish and manage an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor is required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5 years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5 years. Use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program capable of operating on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor at time of notice to proceed. The project involves the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings, O&M Manuals, Contractor- Prepared Shop Drawings, and spare parts to the customer. Contracting Office Address: Attn: CENWW-CT / 201 North 3rd Avenue / Walla Walla, Washington 99362-1876 Place of Performance: USACE - Ice Harbor Lock and Dam / 2763 Monument Drive / Burbank, WA 99328 Primary Point of Contact: Hillary Morgan / Contract Specialist / Hillary.A.Morgan@usace.army.mil / Phone: 509-527-7214
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-SS62/listing.html)
 
Place of Performance
Address: Ice Harbor Lock and Dam, 2763 Monument Drive, Burbank, Washington, 99323, United States
Zip Code: 99323
 
Record
SN04195021-W 20160727/160726000127-050e3df5cf7688dcd4c292160c686b4d (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.