Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
SOURCES SOUGHT

61 -- TPP and Switchyard Battery Room Replacement

Notice Date
5/14/2019
 
Notice Type
Synopsis
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Bureau of Reclamation<br />Pacific Northwest Region<br />Grand Coulee Acquisition Group<br />Hwy 155, PO Box 620<br />Grand Coulee<br />WA<br />99133<br />US<br />
 
ZIP Code
99133
 
Solicitation Number
140R1719B0001
 
Response Due
5/28/2019
 
Archive Date
6/12/2019
 
Point of Contact
Jason Hewitt
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought announcement only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A PROPOSED SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No solicitation is currently available. The responses to this Sources Sought will help to shape the acquisition strategy in developing a competitive requirement. This market research is to gain knowledge of interest, capabilities, and qualifications of interested Small Business firms and will be used by the Government to make appropriate acquisition planning decisions. The Pacific Northwest Regional Office of the U.S. Bureau of Reclamation is conducting market research for a Construction contract. The work will be located at Work is located at Grand Coulee Dam, adjacent to the Cities of Grand Coulee and Coulee Dam, Washington, approximately 90 miles west of Spokane, Washington, in Okanogan County. The components of work will be: A. Providing temporary DC power for duration of project. B. Providing new batteries, battery racks, disconnect switches, battery acid containment, battery monitoring equipment, and any equipment necessary for installation. C. Providing new conductors, breakers/switches, and any equipment necessary for installation. D. Removing and disposing of existing batteries, racks, and battery monitors E. Removing old conductors and breakers/switches to batteries and chargers. F. Removing existing concrete pedestals that serve as battery stands (applicable only to the 230 kV Switchyard). G. Finishing and painting floor. H. Installing new batteries, battery racks, disconnect switches, battery acid containment, and battery monitoring equipment in corresponding locations. I. Installing new conductors and breakers/switches for batteries and chargers. J. Paralleling bank A&B in the TPP and paralleling bank A&B in the 500kV Switchyard to provide further battery redundancy in those areas. K. Adding a temporary battery receptacle on DC panels in the 115kV Switchyard and 230kV Switchyard. L. Testing and commissioning of equipment. The magnitude of the requirement is estimated between $1,000,000 and $5,000,000. Sources are being sought for firms with a North American Industry Classification System (NAICS) code 335911, with a Small Business Size Standard of 1,250 Employees. Responses are requested with the following information, which shall not exceed a total of eight pages: 1. Offerors' name, address, DUNS number, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Woman Owned, Service Disabled Veteran Owned, or 8(a) shall be indicated on first page of submission. 3. Description of capability to perform Construction as described above. 4. Past Performance/experience on contracts of similar scopes of work or construction contracts, describing no more than three (3) contracts (or specific task orders) completed within the past five years of the issue date of this Sources Sought Notice. The past performance information shall include project title, location, general description of the Construction to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor's name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Prime Contractor experience is preferred but not required. NO RESPONSES WILL BE ACCEPTED BY FAX. Responses will not be returned. Telephonic responses will not be honored. Responses are due by May 28, 2019 at 1400 PST. Large Businesses need not respond. **Drawings are available upon completion of a non-disclosure agreement (NDA) form. Drawings will not be provided unless an NDA is completed. Please contact Jason Hewitt at jhewitt@usbr.gov or 509-633-9124 to request a NDA form** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/7b74674801fd353b46d525c5f9ea5ac1)
 
Record
SN05310602-F 20190516/190514230021 (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  © 1994-2020, Loren Data Corp.