Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2017 FBO #5615
SOURCES SOUGHT

Y -- Construction Services for Electrical Transformer Replacement at the Cold Regions Research and Engineering Laboratory (CRREL), Hanover, NH

Notice Date
4/6/2017
 
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, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-17-X-0013
 
Archive Date
5/23/2017
 
Point of Contact
Lennie K. Mattis, Phone: 9783188938
 
E-Mail Address
lennie.k.mattis@usace.army.mil
(lennie.k.mattis@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The U.S. Army Corps of Engineers, New England District, is issuing a Sources Sought Announcement for replacement of electrical transformers and related equipment at the Cold Regions Research and Engineering Laboratory located in Hanover, NH. This announcement is to determine the interest, availability, and capability of HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns as described below. The NAICS code for this procurement is 238210. The project is scheduled to be issued on or about July 1, 2017. The construction will likely start in the fall of 2017 and is expected to take about 6 months to complete. The estimated construction cost is $1,000,000.00 to $5,000,000.00 The Contractor shall provide all supervision, plant, labor, materials, tools and equipment, to carry out all work and operations as necessary. Demolition work will include disconnecting, removing and disposing of existing conductors currently powering the Main Lab Building and the Main Lab Addition unit substations and abandoning the existing duct bank used to run these cables in place. Additionally the contractor shall demolish, remove and dispose of two oil-filled, 500kVA, 13.2kV-208/120V, 3Ø, 60Hz transformers; two oil-filled, 750kVA, 13.2kV-480/277V, 3Ø, 60Hz transformers; and a 13.2kV switch cabinet containing five switches in the Main Lab Building basement. The contractor shall also demolish, remove and dispose of one dry-type, 300kVA, 13.2kV-208/120V, 3Ø, 60Hz transformer; one dry-type, 500kVa, 13.2kV-480/277V, 3Ø, 60Hz transformer; and one 13.2kV switch assembly cabinet in the Main Lab Addition sub-basement. The contractor shall then provide and install two 1500kVA, 13.2kV-208/120V, 3Ø, 60Hz pad mounted transformers; two 2000kVA, 13.2kV-480/277V, 3Ø, 60Hz pad mounted transformers; one pad mounted, 4000AF/3500AT, 208/120V, double-ended switchgear; and one pad mounted, 3200AF/3000AT, 480/277V, double-ended switchgear. Additional optional work may include the excavation and disposal of contaminated soil in accordance with all federal, state, and local laws and regulations. Additionally, the Government anticipates including a Definitive Responsibility Criterion similar to the below in the resulting solicitation. The Government welcomes industry comments on whether the below criteria are appropriate and achievable. Interested firms should demonstrate (2) projects completed within the last six (6) years that involved medium to high voltage electrical distribution systems with transformer installation or replacement rated around or above 1500kVA each. Firms may use subcontractor experience to demonstrate experience with the Definitive Responsibility Criteria, but the role and work performed by each team member (prime and subcontractors) on projects demonstrating that team member's experience with the Definitive Responsibility Criteria shall be the same as the role for that team member under this procurement. Interested firms should submit a capabilities package to include their business classification (i.e. small business); qualifications and experience with performing projects of similar size, nature and complexity; and addressing the proposed Definitive Responsibility Criterion. Please indicate what qualifications, certifications, or past experience uniquely qualifies the offeror's firm to perform the above described work. Please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications, if subcontractors are planned to be used. Responses are limited to twenty pages. Responses are due May 06, 2017. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Mr. Lennie Mattis, or via email to Lennie.k.mattis@usace.army.mil. Interested firms shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-17-X-0013/listing.html)
 
Place of Performance
Address: Cold Regions Research and Engineering Laboratory (CRREL), 72 Lyme Road, Hanover, New Hampshire, 03755, United States
Zip Code: 03755
 
Record
SN04463328-W 20170408/170406235607-b36d967658aa4fb0465c0aa23d1d204b (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.