Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

Z -- Z--Powerplant 115vK Switchyard Equipment Replacement

Notice Date
10/16/2020 10:40:10 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
 
ZIP Code
59101
 
Solicitation Number
140R6021R0013
 
Response Due
11/17/2020 12:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Dillon, Darlene
 
E-Mail Address
DDillon@usbr.gov
(DDillon@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
CANYON FERRY POWERPLANT 115vK SWITCHYARD EQUIPMENT REPLACEMENT This is a Sources Sought Notice for a market survey, which is to be used for informational purposes and preliminary planning purposes. Proposals are not being requested and will not be accepted from this Sources Sought Notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED AS A RESULT OF THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Bureau of Reclamation, Missouri Basin Region, has a requirement for replacement of 115vK switchyard equipment at the Canyon Ferry Powerplant, which is located approximately 17 miles east of Helena, Montana, in Lewis and Clark County. It is anticipated the proposed award will result in a Firm Fixed-Priced contract, to one contractor. The principal components of work include the following: A. Removing and replacing 115 kV switchyard equipment: 1. Ten disconnect switches. 2. Two ground switches. B. Install Government furnished 115 kV switchyard equipment: 1. Five circuit breakers. C. Removing and disposing of 115kV switchyard equipment: 1. Five oil filled circuit breakers. 2. Four oil filled current transformers. D. Furnishing and installing structural steel and metal fabrications for raising equipment: 1. Ten disconnect switches. 2. Two ground switches. 3. Six existing potential transformers. 4. Six existing surge arresters. E. Field testing of installed equipment. The Government is seeking interested small business concerns who have the specialized experience and resources necessary to successfully complete a project of this size, scope and complexity. The NAICS Code for this project is 237130 Power and Communication Line and Related Structures Construction with a business size standard of $39.5 million. In accordance with FAR 36.204, the estimated magnitude of this construction project is between $1,000,000 and $5,000,000. If an interested small business concern believes they are qualified to perform the work for this project, please submit a capability statement identifying any associated qualifying small business (socio-economic) status and demonstrate the ability to successfully accomplish the various components of work outlined above for the Canyon Ferry Powerplant, 115kV Switchyard Equipment Replacement. Socio-economic status for qualifying small business concerns includes one or more of the following: Small Business, Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Indian Small Business Economic Enterprise, Small Disadvantaged Business, Women-Owned Small Business, and Other Minority Owned Small Business. The capability proposal must address the following information: Potential contractors shall furnish a list of no more than three (3) Federal, State, local government, or commercial projects completed within the last 10 years, which are similar in scope and complexity to the work required under this Sources Sought Notice. The interested contractor must clearly demonstrate the ability to successfully complete projects in a timely manner, manage a variety of construction disciplines, and work collaboratively with owners. Projects similar in scope and complexity are defined as work involving (but not limited to) two or more of the following design, supply, removal, installation, and testing of high voltage (69-kilovolts and above) breakers and disconnect switches; removal and installation of high voltage equipment within the vicinity of operational power generation facilities and/or power distribution substations; use of crane equipment to place and set high voltage equipment; fabrication and installation of structural steel components and structures; removal and disposal of materials containing hazardous material, such as lead and asbestos; and those with a contract dollar value and duration identified previously. If the potential offeror intends to utilize subcontractors for specific work activities, the subcontractor shall demonstrate the subcontractor�s experience with identified work activities on similar projects. The following information shall be provided for each project: 1) Name and location of project; 2) Description of work; 3) Whether the offeror was the prime contractor, what portion of the work was performed by the offeror, and what portion of the work was performed by subcontractors; 4) Original completion date and actual dates and duration for each project (including modifications); 5) Initial contract amount and final contract amount (including modifications); 6) Name, address, and phone number of CO/owner/COR/point-of-contact who may verify information for the project(s); and, 7) Any problems encountered in performance of the work and corrective actions taken. The Government will not pay for reimbursement of any costs associated with responding to this Sources Sought Notice. Reimbursement will not be made for any costs associated with providing information in response to this notice or any follow up information requests. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not be bound to this information if any solicitation is issued. A determination by the Government not to compete this proposed contract action, based on the responses to this notice, is at the discretion of the Government. Capability statements must be submitted via email by 3:00 PM (Mountain Time Zone-Billings, MT Time zone) November 17, 2020, to Contracting Officer Darlene Dillon at the following email address: ddillon@usbr.gov. For record keeping purposes, telephonic inquiries will not be accepted. Please email all inquiries and submissions to Contracting Officer Darlene Dillon at ddillon@usbr.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f4b3036364d34c81a680cf7aee01e9d5/view)
 
Record
SN05829907-F 20201018/201016230137 (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  © 1994-2020, Loren Data Corp.