DOCUMENT
C -- MMRP Repair Anacostia Electrical System, Joint Base Anacostia Bolling (JBAB), Washington DC - Attachment
- Notice Date
- 5/30/2017
- Notice Type
- Attachment
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- N40080 NAVFAC Washington, PWD Joint Base Anacostia-Bolling 370 Brookley Ave Washington, DC
- Solicitation Number
- N4008017B9001
- Response Due
- 6/9/2017
- Archive Date
- 5/24/2017
- Point of Contact
- William Boyd 202-767-1702 Rhonda Chaney 202-767-5681
- Small Business Set-Aside
- N/A
- Description
- The project is located at Joint Base Anacostia-Bolling (JBAB), Washington DC. The existing electrical distribution system for Joint Base Anacostia-Bolling is a four-feeder system served from the 15KV Switchgear housed in Building 168. Four PEPCO feeders #15631, 15632, 15633, and 15634 serve the switchgear in Building 168 and are then redistributed throughout the base. Adjacent to Building 168 is the Base electrical redistribution switchgear. Four Navy feeders are connected to this redistribution switchgear from the main switchgear in building 168. Each of the four PEPCO feeders serving the four Navy feeders #704, 705, 706A and 706B are distributed to the Base through separate switches in each of the switchgear section lineups. The existing radial feeder system has certain deficiencies that must be corrected in order to ensure that Base operations continue without service interruptions. The electrical substations located throughout the Base are composed of a feeder selector switch or a line-up of load interrupter switches and a transformer. A significant portion of the feeder selector and air switches are in poor working condition. Many of the internal connections are weather corroded and in some cases, the barrier boards are partially unusable. The majority of the existing feeder selector switches are square singular devices approximately 7 ™ wide by 7 ™ deep. The Replacement switches are to be SF-6 Gas Switches, varying in size. Each Substation will have at least one 3-way SF-6 Gas Switch. The main goals of the project are to provide a loop feeder selective system, demolition of the old electrical equipment, installation of new switches, and replacement of the collapsed duct-bank. Due to the necessity for continued operations on the Base, no substation can sustain an extended power outage. Therefore, generators and associated equipment must be provided to carry the load during any interruption of electrical power related to the project. Project Objectives: Provide material, equipment, and systems indicated on the Specifications and Drawings. Scope of work shall include incidental equipment, services, supports, tools, supervision, labor, fees and licenses to provide a complete system. The work includes producing a loop system, demolition of existing electrical infrastructure, providing and installing pad-mounted SF6 gas switches, underground duct-banks, concrete pads, cable training wells, 15KV feeders, transformers, cleanup and incidental related work. In addition, perform start-up and checkout to provide fully operable systems. Interest Bidders Packets: It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 12 pages in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Relevant Experience of the Prime Contractor, for only three (3) completed projects, to include experience in performing efforts of similar size and scope that involved repair of utilities systems within the last five (5) years, including contract number, indication of whether a prime or subcontractor, contract value, square footage, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company profile to include number of employees, office location(s), DUNS number, Cage Code, Vets Form 4212 and statement regarding small business designation and status. (3) Statement regarding Bonding Capabilities. Provide single project and aggregate capabilities. The package can be submitted electronically to William Boyd III at william.boyd2@navy.mil no later than 2:00 PM Eastern Standard Time on Wednesday, 9 June 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f4b11c7df34bd94218a7c7247bfc1909)
- Document(s)
- Attachment
- File Name: N4008017B9001_Source_Sought_MMRP_Repair_Anacostia_Electrical_System_II.pdf (https://www.neco.navy.mil/synopsis_file/N4008017B9001_Source_Sought_MMRP_Repair_Anacostia_Electrical_System_II.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008017B9001_Source_Sought_MMRP_Repair_Anacostia_Electrical_System_II.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Place of Performance
- Address: 370 Brookley Ave
- Zip Code: Joint Base Anacostia Bolling, Washington, DC
- Record
- SN04525723-W 20170601/170530234720-f4b11c7df34bd94218a7c7247bfc1909 (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 |