SOURCES SOUGHT
H -- Power Quality Monitoring Study
- Notice Date
- 12/14/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-18-T-LIEM
- Archive Date
- 1/11/2018
- Point of Contact
- Lorraine Geren, Phone: 3097826757, Cindy K. Wagoner, Phone: 3097820182
- E-Mail Address
-
lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command Rock Island (ACC-RI) is seeking sources that can provide a Power Quality Monitoring and Power System Study/Load Flow Study at Crane Army Ammunition Activity, Crane, Indiana. The study shall be in accordance with best practices, such as, but not limited to ANSI/EEE Standard 399; IEEE Standard 519; and ANSI/IEEE C57.110. In addition, the following shall apply: • All contractors and subcontractors shall have registered professional engineers and degreed electrical engineers on staff. • All contractors and subcontractors must comply with EM 385-1-1, OSHA, NETA, ANSI standards and locally established safety and environmental requirements. • Technicians must be NETA certified and be experienced in the operation and maintenance of electrical distribution systems. • Any meters used in the study shall be calibrated to NETA Maintenance and Testing Specifications and traceable to the National Institute of Standards and Technology (NIST); devices shall not actively transmit radio frequency (RF) as there are explosives in the vicinity. • The Contractor shall have a written abbreviated Accident Prevention Plan (APP) per EM-385-1-1. EM-385-1-1 can be accessed at this website: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf • The Contractor shall bring their own proper arc flash personal protective equipment (PPE), if necessary. • Contractor shall have up to date test equipment with current calibration. • Contractor shall have test software to store and organize test values and acceptable parameters. A mandatory site visit will be required. The NAICS is 541330; the Small Business Size Standard is $15 million. Respondents to this Sources Sought Announcement should provide the following information: 1. Company Name, Point of Contact, Phone Number, Email Address, business size status relative to NAICS 541330 2. Statement as to whether or not the company is registered in the System for Award Management (SAM) www.sam.gov 3. If registered in SAM, provide the company CAGE Code 4. Confirmation that the company would attend a site visit to Crane, Indiana RESPONDENTS: SUBMIT THE ABOVE INFORMATION VIA E-MAIL TO Lorraine.geren.civ@mail.mil and Cindy.K.Wagoner.civ@mail.mil no later than December 27, 2017. The email subject line should include the wording "Response to W52P1J-18-T-LIEM"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/678d2a905c18b0e30651d27bc2819917)
- Record
- SN04767060-W 20171216/171214231051-678d2a905c18b0e30651d27bc2819917 (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 |