Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOURCES SOUGHT

99 -- Little Goose T2C Transformer Onsite Scrapping

Notice Date
5/27/2021 4:35:01 PM
 
Notice Type
Sources Sought
 
NAICS
562920 — Materials Recovery Facilities
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF21RSS6
 
Response Due
6/11/2021 8:00:00 AM
 
Archive Date
06/26/2021
 
Point of Contact
Hillary A. Morgan, Phone: 5095277214, Karlyn Holland, Phone: 5095277206
 
E-Mail Address
hillary.a.morgan@usace.army.mil, Karlyn.K.Holland@usace.army.mil
(hillary.a.morgan@usace.army.mil, Karlyn.K.Holland@usace.army.mil)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking interested offerors for a service project entitled: Little Goose T2C Transformer Onsite Scrapping. This will be a firm-fixed-price contract.� The North American Industry Classification System (NAICS) code for this project is 562920 � Materials Recovery Facilities. This sources-sought announcement is a tool to identify businesses with the interest in and capability to accomplish the work.� Please respond only if you intend to propose on this project when it is solicited in the future.� This is not a solicitation.���� This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work through a potential contract. ��Interested contractors, including large and small business-led teams, are hereby invited to submit a response to the notice to demonstrate their technical, managerial and business capability provide the requested scope.� THIS SOURCES SOUGHT DOES NOT CONSTITUTE A REQUEST FOR A FORMAL QUOTE OR PROPOSAL.� This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work.� The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information.� All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Summary of Scope of Work: The general scope of work will be to perform a forensic on-site teardown and scrap of one shell form transformer located at Little Goose lock and dam that has failed in service. The transformer designated �T2C� is located on top of the dam structure in the northernmost vault with an adjacent open area. The scope of work includes but is not limited to the following: Forensic tear-down of the transformer Removal of all transformer tank, core steel, copper, and ancillary devices from site and proper disposal. Protection of work area Provision of all necessary personnel and equipment to perform the work. Disposal of oil currently in powerhouse holding tanks. All work must be performed within USACE guidance and in accordance with local, State and Federal requirements. All onsite work must conform to EM 385-1-1 (https://www.publications.usace.army.mil/USACE-Publications/Engineer-Manuals/) All employees must pass background checks and other site access requirements All drains and grating must be protected from accidental oil release There are two possible alternatives for onsite work locations: Alternative 1: The area in front of the installed vault and the area adjacent to once side will be available for material handling equipment and laydown space. Alternative 2: Proposals may also consider using a nearby storage yard, approximately 0.8 miles away accessible via Government property Any heavy haul equipment must include a movement plan to indicate all weights, layouts, and bearing pressures while traversing lock and dam facilities. Transformer oil drained from the tank will be pumped to tankers via Government internal pumping equipment Pre-work Completed by the Government: External Connections: All external connections, anchors, low voltage bushing covers, and wires will be removed and pulled clear leaving the transformer free for disassembly Oil: is stored in on-site storage tanks in the dam PCB test:� Results from 2012 show no detectable PCBs in oil. A more recent result will be acquired prior to a RFQ being posted Items to become �property of the awarded contractor: Approximately 80,000 lbs. (10,667 gallons) of oil, less amount lost to absorbent media in remediation of oil spill from failure 61,000 lbs. transformer Case 211,000 lbs. transformer core and coil assembly All bushings All transformer accessories, less minor components such as fans and contactors retained for spares It is understood that the scrap value of the transformer may result in a $0 contract.� $0 quotes would be reviewed under any future solicitation. Credits to the Government will not be accepted. �Information in attachments: Transformer Nameplate General locations Drawings � transformer outline set Photo of unit in installed location Drawing - plan view of deck Submissions: Capabilities package/response submittal must be received no later than 11 am local time on 11 June 2021.� Any information submitted is voluntary. � Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS Code 562920 having a size standard of $22 Million Dollars in average annual receipts and that can support the above scope of work should submit a capabilities package. A cover letter provided for the capabilities package should include: Name and address of the company. Company�s business size status (i.e. OTSB, SB, SDB. WOSB, VOSB, SDVOSB, HUBZone, 8(a)). A point of contact to include phone number and email address.� In addition, please provide affiliate information: Parent company, joint venture partners, and potential teaming partners. List of all NAICS codes your firm is registered under. Interested contractors should submit at least three (3) project examples that were completed within the last 12 months �which demonstrate the above scope of work.� Submission of project examples on the larger capacity new equipment is preferred, showing broadest scope of capabilities.� Each project example should contain the following: Contract number, organization/agency supported, contract value, list/scope of work, whether your firm was the prime contractor or subcontractor, percentage of work performed by your firm, and NAICS code associated with the project. A brief description/narrative of how the project example relates to the services described herein. Demonstration of liability insurance with a minimum of $5,000,000 coverage as work being performed is adjacent to critical powerhouse infrastructure.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/70343dcb2a9c47f9818fe600ac1e25b6/view)
 
Place of Performance
Address: Dayton, WA 99328, USA
Zip Code: 99328
Country: USA
 
Record
SN06015858-F 20210529/210527230116 (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.