Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOURCES SOUGHT

61 -- REPLACEMENT OF 480 VAC, 120 VAC AND 125 DC EQUIPMENT

Notice Date
5/11/2018
 
Notice Type
Sources Sought
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-18-L-0014
 
Archive Date
6/13/2018
 
Point of Contact
Joan Rensink, Phone: 2514416172
 
E-Mail Address
joan.a.rensink@usace.army.mil
(joan.a.rensink@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: W91278-18-L-0012 CLASSIFICATION: 6110 REPLACEMENT OF 480 VAC, 120 VAC and 125 DC equipment NACIS: 335313 Switchgear and Switchboard Apparatus Manufacturing 15 Days Subject: Supply, Replace and Install of Seven Multiple Auxiliary Distribution Boards, 480 VAC, 120VAC and 125 DC, Automatic Transfer Switch and Machine Shop at the John H. Kerr Powerhouse, Boydton, VA Text: Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on a Firm Fixed Price Contract to remove and dispose of existing, provide and install new 480 VAC motor control center complete with starters, controls, and redundant feeder circuit breakers to replace Auxiliary Distributions Boards No., 1, 2, 3, 4, 5, 6, and 7. The new motor control center must incorporate relocation of one of the battery charger feeders from Auxiliary Distribution Board No. 1 to Auxiliary Distribution Board No. 3. Remove and dispose of existing, provide, install and test a new 480VAC panel board to replace the Machine Shop Panel board and provide a new feeder conductors for the Dam Gallery Panel board. Remove and dispose of existing, provide, install, and test new 125VDC Station Service Control Board Equipment. Removal of existing switchboard equipment must include asbestos and lead based paint abatement. Remove and dispose of existing, provide, install, and test a new 480VAC feeder cables for the seven Auxiliary Distribution Boards. Optional Items may include the following: Remove and dispose of existing, provide, install, and test new load side and control conductors for the seven Auxiliary Distribution Boards. Option No. 2 - remove and dispose of existing, provide, install, and test new load side conductors for the three new Station Service control Board 125VDC Distribution panels and one new Station Service Control Board 120VAC Distribution panel. Option No. 3 Remove and dispose of existing, provide, install, and test new load side cables for the Dam Gallery Panel board. Option No. 4 Provide, install, and test new feeder cables and raceways for 480VAC Auxiliary Distribution Boards where existing raceways cannot be reused. The Contractor shall be responsible for field verifying existing drawings and creating as-built drawings. Work will be performed at the John H. Kerr Powerhouse, Boydton, VA.. This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor's responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Large Business, Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 335313, the small business standard for which is 1250 employees. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Large Business, Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on first page of submission. 3. Contractor shall identify the percentage of services provided in the commercial marketplace and the percentage of services provided to government agencies. 4. Documentation should be submitted with the following considerations: a. Describe your capability and experience designing, manufacturing, installing and testing complete motor control centers and distribution panels rated for 480 VAC, 120 VAC, and 125 Volt DC. b. Provide description of past experience of a minimum of three jobs that show your capability to design and install 480 Volt motor control centers. The description shall include information on the type facility where the motor control centers were installed and what they equipment controlled. The jobs submitted shall be of the same scope and complexity as described above. c. Provide description of past experience of a minimum of three jobs that show your capability to design and install 125 VDC distribution boards. The jobs submitted shall be of the same scope and complexity as described above.. The above requested information shall not exceed a total of five (5) pages on 8.5" x 11" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 29 May 2018 2:00 p.m. CDT. Responses received after this date and time may not be reviewed. Responses shall be submitted via email to CTHYDRO-Proposals@usace.army.mil. In the subject line of your email state: Response to 480VAC Replacement, John H. Kerr Powerhouse. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-18-L-0014/listing.html)
 
Place of Performance
Address: John H. Kerr Powerhouse, Boydton, Virginia, 24055, United States
Zip Code: 24055
 
Record
SN04920352-W 20180513/180511231120-5c64b8cfee4205f3d2f6e365c01ec70f (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.