Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOURCES SOUGHT

Z -- Ice Harbor Surge Arrester and 115kV Disconnect Upgrades

Notice Date
5/22/2017
 
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, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-17-R-SS26
 
Archive Date
6/13/2017
 
Point of Contact
Cynthia Jacobsen, Phone: 509-527-7203
 
E-Mail Address
cynthia.h.jacobsen@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking interested bidders for a construction contract titled: Ice Harbor Surge Arrester and 115kV Disconnect Upgrades for the Ice Harbor Dam in Benton County, Washington. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $1,000,000 and $5,000,000. Performance and Payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 238210 and the associated small business size standard is $15,000,000.00. This sources-sought announcement is a tool to identify small businesses with the interest in and capability as well as technical experience 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. A.) A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this scope, magnitude and complexity. 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. Include a description of any previous projects that are similar or the same as the work detailed below. Please indicate any parts of the work described in the Summary of Work below that will be performed by a subcontractor. Indicate who the subcontractor is and their experience as well. B.) A list of references for each of the projects submitted in A.) above. Include the point of contact, title, phone number and email address. 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 cynthia.h.jacobsen@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 2:00 PM Pacific Time on June 12, 2017. Summary of Work Manually-operated line disconnect switches and their respective ground switches will be replaced with new motor-operated disconnect switches and new motor-operated ground switches of the same ratings. A new 125VDC circuit will be extended to each new pair of disconnect/ground switch motor operators from the main unit auxiliary panels in the generator bays. Remote control of these line disconnect switches and grounding switches will be provided in the Control Room in a new control panel. Three sets of bus potential transformers (PT's) for the BPA lines will be replaced with new PT's of the same class and ratings, including replacing their existing wiring to the SCR boards in the Control Room. Three sets of surge arresters for the BPA lines are to be provided and connected to the 115kV bus sections, including Contractor-designed support structures for mounting the arresters on the Transformer Deck. Modifications must be provided to one of the 115kV bus sections involving cutting out segments of the 3" tubular aluminum bus and fitting them with straight tube-to-tube connectors for reinstallation after sectionalizing switch has been replaced. This is to provide a present and future means to isolate a switch for replacement and maintenance while leaving Line 1 and station service energized. All new switch motor-operators are to be operable from the switch operator as well as remotely operable from a new remote control panel to be provided in the Control Room SO5 board, including indication of switch position. Ground switches and line switches will be mechanically interlocked at the switch operators and at the remote control panel to prevent accidental grounding of an energized line. All new power and control circuits for the new switch operators will be run in a new 9" cable trough to be provided in the Cable Gallery, running from Unit 6 to the Cable Spread Room. General Contract Requirements Complete all on-site work within a finite work window constrained to September 2018 through December 2018. 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 of 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. Provide a qualified Fall Protection Competent Person for each shift of the contractor's on-site operations that involves work that exposes workers to fall hazards. Furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. Furnish construction equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-17-R-SS26/listing.html)
 
Place of Performance
Address: Ice Harbor Dam, Burbank, Washington, 99323, United States
Zip Code: 99323
 
Record
SN04517614-W 20170524/170522235141-3682b4b7b46cba652ab5d5a3bfe0431d (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.