Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOURCES SOUGHT

Y -- Replacement of Transformers at the Fox Point Hurricane Barrier, Providence, RI

Notice Date
11/7/2019
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ20X0006
 
Point of Contact
Heather M. Skorik, Phone: 9783188040
 
E-Mail Address
heather.skorik@usace.army.mil
(heather.skorik@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District, is issuing a Sources Sought Announcement for the Replacement of Transformers at the Fox Point Hurricane Barrier, located in Providence, Rhode Island to determine the interest, availability and capability of Small and Large Business concerns as described below. The NAICS code for this procurement is 238210. The project is planned to be issued on or about April 2020. The contract will be awarded during the fall of 2020. The estimated construction cost is between $1,000,000 and $5,000,000. This project consists of the following components: -Replacement of two existing exterior transformers that currently convert 11KV into 4.160KV. The KVA rating is 12,200 KVA on the OA rating/18,300 KVA on the 6-hour duty cycle rating. -Existing transformers each contain 1820 gallons of PCB-containing oil that weighs approximately 13,500 pounds. -Demolition of existing equipment and furnishing of new fabricated transformers and switches. Demolition and installation of the transformers may involve the demolition and rebuilding of a portion of a masonry wall. -Installation of furnished transformers and switches. -Work shall be scheduled and sequenced to have both high voltage feeds operable during hurricane season (June 1-Nov 1). -New transformers shall match existing equipment in terms of KVA power supplied rating. -New equipment shall be fastened to meet current applicable codes including seismic. -Monitoring of new equipment shall match at least the existing operating parameters (temps, pressures, power, etc) with connections to the existing PLC cabinet in the control room. -Replacement of all ductwork and bus work on the exterior of the control room. -Installation of watertight new ductwork and bus work necessary between the switch and transformer. -Installation of watertight new ductwork and modifications to the bus work from the transformer to the wall of the control room. -New equipment must fit in the existing exterior space and utilize the existing primary feed cabling. -New equipment will utilize the existing grounding system. -Installation of all new cabling from new equipment to PLC in the control room. -New switch shall maintain the existing interlocking connections between the switch and National Grid infrastructure. -Coordinate with National Grid for lockout tagout and testing of new equipment installed. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and experience in performing the work components stated above. Please include at least two specific examples of the firm's experience performing the work requirements stated above. Please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications, if subcontractors are planned to be used. Proof of bonding capability is required. Responses are due November 29, 2019. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Heather Skorik (Heather.M.Skorik@usace.army.mil). Responses are limited to twenty pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ20X0006/listing.html)
 
Place of Performance
Address: Providence, Rhode Island, United States
 
Record
SN05491968-W 20191109/191107230815-58103bec54665fc80145959c3bf35073 (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.