Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2021 SAM #7162
SOURCES SOUGHT

Z -- Lower Monumental Electric Power and Controls Replacement

Notice Date
7/9/2021 10:12:48 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF21R2233
 
Response Due
7/26/2021 1:00:00 PM
 
Archive Date
08/10/2021
 
Point of Contact
Charlene Duncan, Jani C Long
 
E-Mail Address
charlene.c.duncan@usace.army.mil, jani.c.long@usace.army.mil
(charlene.c.duncan@usace.army.mil, jani.c.long@usace.army.mil)
 
Description
The US Army Corps of Engineers, Walla Walla District, is seeking small business sources for subject construction project. The work is located at Lower Monumental Dam, located on the Snake River approximately six (6) miles south of Kahlotus, Washington.� The resulting contract will be a firm fixed-price construction contract. The construction magnitude is estimated between $5,000,000 and $10,000,000.� Performance and payment bonds will be required as identified in the solicitation.� The North American Industry Classification System (NAICS) code for this project is 238210 and the associated small business size standard is $16,500,000. This sources-sought announcement is a tool to identify interested small businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. A list of recent projects performed within the past five (5) years demonstrating experience in performing work similar in nature and complexity to the work listed in the Summary Scope of Work, below.� For each project submitted, provide a brief narrative statement of the work involved, the role of your firm in the project, the performance period, the dollar value, and the completion date. Include a statement detailing any special qualifications and/or certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. A reference list for each of the projects submitted in A, above. Include the name, title, phone number, and email address for each reference. Provide a statement of your firm�s business size and status (i.e. HUBZone, Service-Disabled Veteran-Owned, Section 8(a), Small Disadvantaged, or Woman-Owned) with regards to the NAICS code provided above. Provide a statement that your firm intends to submit a bid on the project when it is solicited. Provide a statement of your firm�s bonding capacity. A statement from your surety is not required. Provide your firm�s CAGE Code and DUNS number. Submit all information to Charlene Duncan (charlene.c.duncan@usace.army.mil) and Jani Long (jani.c.long@usace.army.mil). Your response to this notice is due no later than 4.00 p.m. Pacific Time on 26 July 2021. SUMMARY SCOPE OF WORK: Lower Monumental Lock and Dam is a hydroelectric, concrete, run-of-the-river dam located on the Snake River located in southeast Washington; Six miles south of Kahlotus and 43 miles north of Walla Walla. Construction of the Lock and Dam was completed in 1969. The existing navigation lock electrical unit substation, switchgear, transformers, and motor control centers are original to the dam and have been operating for over 55 years. The equipment has far exceeded the typical equipment service life and needs replaced. The age of the equipment has made procuring replacement parts difficult. Operation and maintenance of the equipment remains more hazardous to workers due to the age and arc flash category rating of the equipment.� Failure of the electrical system could impact the operation of the lock which would ultimately affect navigation on the Snake River.� This project will replace the existing navigation lock electrical power system, associated controls, and provide a new modern HMI screen depicting breaker position. To reduce the impact to river traffic, an extended outage will be provided for this project.� The work window in the extended outage is expected to be 5-9 weeks.� All work must be complete in order to return the Navlock to service.�� Management of the construction schedule is critical to completion of this project on time.� Any delays to reopen is a significant impact to the Navigation Industry. The main features of work include: Provide new upstream and downstream medium voltage switchgear LSP1 and LSP2. Provide new 4,160-V motor control for existing unwatering pumps. Provide upstream and downstream low voltage switchgear LSQ1 and LSQ2. Provide new Motor Control Center (MCC) LSQ1.A, LSQ2.A, LSQ2.B. Provide new controls for existing electrical loads. Provide two (2) new 4,160/480-V 1,500 kVA transformers. Provide lighting load centers to replace existing panels. Provide all new feeders that are currently fed from LSQ1 and LSQ2 equipment. Provide LSP1 and LSP2 4,160-V feeders connecting the station service switchgear. Provide new concrete housekeeping pads for new electrical equipment. Provide new cable tray and conduits where required by circuit reconfigurations and to bring fill ratios to levels that meet national electrical codes. Provide a full redundant emergency feed to switchgear LSQ1 and LSQ2 through the use of a main-tie-main configuration. Provide HMI screens to replace the existing annunciator panel for LSP1, LSP2 and control room. Provide new lighting for both LSP1 and LSP2 substation rooms. Grade existing LSP1 and LSP2 concrete floors to allow for positive flow to existing floor drains. Replace in kind the existing environmental controls and equipment in both LSP1 and LSP2 substation rooms. Install air quality filters for the inlet flow of both switchgear rooms. Provide Heating, Ventilating, and Air-conditioning systems serving the substation rooms with temperature and humidity control. Replace the existing doors for both up and downstream substation rooms. Seal the road deck above both substation rooms. Install new drop ceiling in the breakroom. Demolish the existing switchgear, motor controls centers, and transformers making up the LSP1 and LSP2 lineup. Demolish the existing feeders routed from LSQ1 and LSQ2 switchgear and motor control centers. Demolish the existing medium-voltage feeders supporting the existing lock unwatering pumps number 1 and 2. Demolish lighting in both LSP1 and LSP2 substation rooms. Demolish existing mechanical environmental controls and equipment in LSP1 and LSP2 substation rooms. Demolish the existing breakroom ceiling and light fixtures.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3c5ad3e73891426a9d46c38dafb2701f/view)
 
Place of Performance
Address: Kahlotus, WA 99335, USA
Zip Code: 99335
Country: USA
 
Record
SN06057114-F 20210711/210709230120 (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.