Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOURCES SOUGHT

Y -- Keystone Generator Rewind

Notice Date
4/20/2020 11:28:28 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV20R0040
 
Response Due
5/4/2020 12:00:00 PM
 
Archive Date
05/19/2020
 
Point of Contact
Shawn Brady, Phone: 9186697670, Julie S. Hill, Phone: 9186697699
 
E-Mail Address
shawn.brady@usace.army.mil, julie.s.hill@usace.army.mil
(shawn.brady@usace.army.mil, julie.s.hill@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS For Keystone Generator Rewind, Tulsa District This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a generator rewind at Keystone Lake, OK.� Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement using �Lowest Price, Technically Acceptable� process.� The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing all work required to rewind two approximately 50 MVA hydroelectric generating units at Keystone Powerhouse, Sand Springs, OK. The contractor shall furnish all labor, material, and equipment to perform this work in strict accordance with the detailed requirements of the specifications and associated drawings. The work described within these specifications shall include, but not necessarily be limited to, the following: 1. Design, manufacture, and perform Voltage Endurance test on prototype coils (or Roebel bars). 2. Perform Thermal Cycle test on prototype coils (or Roebel bars). 3. Design, manufacture, shop test, prepare and load for shipment, deliver f.o.b. destination, and unload two complete sets of stator coils (or Roebel bars) and specified accessories. 4. Pre-disassembly mechanical and electrical testing, and alignment checks of two hydroelectric generating units. 5. Disassemble two generator units, including the exciter equipment, air housing, and rotor. 6. Remove old stator coils, install and test new stator windings and accessories. 7. Clean, inspect, and test stator iron; perform necessary repairs to stator iron. 8. Furnish and Install new surge rings, circuit rings, main leads, and neutral leads. 9. Refurbish (machine) the collector rings. 10. Clean and inspect rotor, clean and test the rotor field poles winding. 11. Furnish spare parts. 12. Perform generator special field tests. 13. Furnish manufacturer�s representative on-site services to supervise installation of the generator stator coils (or Roebel bars), reassembly, and to perform start-up, commissioning, and testing of two generators. 14. Perform all work required for painting, miscellaneous welding, machinist, electrician, and other skilled craftsman hire. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $5,000,000 and $10,000,000 The North American Industry Classification System code for this procurement is 237130 Power and Communication Line and Related Structures Construction which has a small business size standard of $39.5M.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis.� However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about August 2020, and the estimated proposal due date will be on or about November 2020.� The official synopsis citing the solicitation number will be issued on Federal Business Opportunities beta.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): ��������� Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company �Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 4 May 2020.� All interested firms must be registered in SAM to be eligible for award of Government contracts.� Email your response to shawn.brady@usace.army.mil.� U.S. Army Corps of Engineers, Tulsa District Attention: Shawn Brady 2488 E. 81st Street Tulsa, Oklahoma 74137-4290
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ce868847311444ab9c625e9e3e142329/view)
 
Place of Performance
Address: OK, USA
Country: USA
 
Record
SN05626971-F 20200422/200420230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.