Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOURCES SOUGHT

99 -- Generator Replacement

Notice Date
11/20/2020 9:49:58 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
DOIGFBO210010
 
Response Due
12/2/2020 12:00:00 AM
 
Archive Date
12/04/2020
 
Point of Contact
Bertsch, Timothy
 
E-Mail Address
tbertsch@usgs.gov
(tbertsch@usgs.gov)
 
Awardee
null
 
Description
The purpose of this sources sought is to determine the availability and capability of interested small businesses to include, small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, and 8(a) small business to provide the design, procurement, and installation of a backup generator/automatic transferswitch (ATS) system in support of United States Geological Survey (USGS) Observatory buildings located near Longmont, Colorado. This notice is being posted for fact finding and planning purposes only and shall not be construed as an Invitation for Bid, a Request for Proposal, Solicitation, Request for Quotes, or an indication the Government will contract for the items or services herein. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the BetaSAM website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this source sought. Any response received will not be used as a proposal. The NAICS code is 237130 size standard $39.5 million. All firms interested in this sources sought must be registered with or have the ability to register with the System for Award Management (SAM), in order to receive a Federal contract award. To register, go to the SAM Internet address at http://www.sam.gov. Failure to register may render the offeror ineligible for award of a contract. The USGS operates and maintains a magnetic observatory near Boulder, CO (BOU). The observatory was established in 1963, is 57 years in age and is located at Table Mountain, which is owned by the Department of Commerce. This generator project will be conducted at a magnetic data collection observatory and it will remain operational throughout the performance of this contract. In areas where work is required and the USGS must maintain data collection activities, work shall be conducted without disruption to the USGS�s data collection activities as much as possible, and in close coordination with the USGS Facility Manager. The contractor will be required to Design and install a diesel-powered generator, diesel secondary containment tank, and ATS onto a concrete pad at the suggested location. Contractor shall: 1. Determine power load for the facility. a. Power at Transformer: 50 KVA, Single Phase, 120/240 volts b. Complete an analysis to determine the new generator specifications required to maintain operations at the magnetic observatory. c. Generator must be capable of operating 7 buildings and equipment for a minimum of 3 days. d. Install a single-point easy-access terminal disconnect (emergency disconnect) between the generator-ATS locations and the site. 2. Design and install a concrete pad. a. Ensure a good design location for the installation of a concrete pad. b. The pad shall be designed to support the generator, ATS, and diesel tank. c. The type of generator-to-pad connections should account for all design variables; such as, vibration, weather, and fatigue created by new generator�s operations. d. Provide a minimum of 4 safety bollards on each side of the new pad to ensure no damage to the generator system occurs during refueling or maintenance. e. Provide chamfered concrete edges on the top edge of pad to reduce future spalling. Note: Ensure edge distance requirements for pad�s design reinforcement are adhered to. f. Ensure Federal and State Green Emissions standards are followed. 3. Provide and install a backup generator onto concrete pad. a. Disconnect main power source. [Observe all Occupational Safety and Health Administration (OSHA) Electrical Safety Requirements] b. Ensure the generator controller system has a failure to start alarm. c. Ensure orientation of generator is such that prevailing winds do not carry gas fumes toward building structures. (Ref: NFPA 37) d. Ensure orientation of generator allows for the ease of refueling and maintenance. e. Ensure rainwater runoff sheds off and away from the generator. f. Ensure all conduits, cables and pipes are protected from wildlife or domestic animal damage. 4. Provide and install a secondary containment diesel tank onto generator pad a. Diesel tank size should be estimated to provide a minimum of 5 days of fuel. b. Ensure float indicator for fuel levels are visible. c. Install low-level diesel alarm. d. Ensure ease of access for refueling and maintenance. e. Provide initial tank of diesel fuel to test and support system. f. Ensure all hazardous electrical elements are secured and identified with clear hazardous signage (English and Spanish). g. Provide spill-proof fuel tank containment according to Federal, State, and local requirements. 5. Provide and install a new automatic transfer switch (ATS) on the generator pad in support of power systems. a. Ensure rainwater runoff sheds off and away from ATS system. b. Ensure an outside 20-amp GFCI outlet, with cover, is supplied. c. Ensure orientation of ATS is such to allow the ease of maintenance. 6. Ensure all connections are functional and meet with design standards. 7. Ensure effort is taken to reduce moisture, dirt and other contaminate buildup on fuel system components and operation elements; such as system controls. 8. Test generator, ATS, circuit breakers and diesel tank operations to ensure functionality to within acceptable National Electric Code (NEC) or NFPA 70 code and manufacture requirements. 9. Contact Contracting Officer (CO) and Facility Manager for operational problems and any suggested alternatives. 10. Provide copies to Facility Manager (FM) of all warranties, keys, and manuals needed to operate and maintain the system. If you are interested, and are capable of providing the required services please provide the requested information as indicated below. The interested parties should provide a capabilities package to include: (1) Capability and Technical Experience (2) Specialized experience and technical competence in the type of work required, and past experience with similar projects. (3) Past performance with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (capacity to accomplish the work in the required time); a) past and current customer satisfaction; e.g., overall customer satisfaction, rapport with customer, information sharing, reporting procedures and technology used, meeting design, cost, and schedule goals; b) performance records, e.g., quality of work as measured over a number of projects completed within/or under budget and within/under schedule: c) relationship & history of work with proposed consultants, d) quality, cost, and schedule and control procedures and technology used. (4) Size of Business - Please provide your business size (including certified 8(a), Small Disadvantage businesses, HUB Zone businesses; veteran-owned small businesses, and women-owned small businesses) and submit copies of any documentation such as letters of certifications to indicate the firm status. (5) Please include company name, address, telephone number, point of contact with an email address, business size, DUNS number, SAM Registration number, Federal CAGE code, general description of the company, how long the company has been in business and a description of similar contracts with the government and/or commercial customers (include points of contact, contract numbers, value and contract type). Note: It is the responsibility of all potential offerors to monitor these sites for release of any future synopses or solicitations. NLT 12:00 P. M. (Mountain Time) DECEMBER 2,2020 USGS Attn: Timothy Bertsch Bldg 810, Denver Federal Center P.O. Box 25046, MS204B Denver, Colorado 80225-0046 The point of contact is Timothy Bertsch; by email ONLY at tbertsch@usgs.gov USGS makes no implied or in fact contract by issuing this Sources Sought announcement. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the USGS's view of the information received. Material that requires a non-disclosure agreement or that may be business sensitive will not be accepted. Please note that responses to this notice will not be returned. Contracting Office Address: USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US Point of Contact(s): Timothy Bertsch tbertsch@usgs.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73e3837b8e9a47139d3d27feb41f3050/view)
 
Record
SN05858413-F 20201122/201120230145 (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.