Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

N -- Chief Joseph Dam 480V Station Service Upgrade

Notice Date
2/25/2022 11:00:58 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW22R0006
 
Response Due
3/7/2022 1:00:00 PM
 
Point of Contact
Gregory Cook, Phone: 2067646692
 
E-Mail Address
Gregory.A.Cook@usace.army.mil
(Gregory.A.Cook@usace.army.mil)
 
Description
W912DW22R0006 Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be between $5,000,000 and $10,000,000. Payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 238210, Electrical Contractors and Other Wiring Installation Contractors, and the associated small business size standard is $16,500,000 in average annual receipts. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be in effect for a period of one year from the date of this notice. Summary Scope of Work (SOW): Chief Joseph Dam is located on the Columbia River and houses 27 hydroelectric generators with a total generating capacity of 2620 MW, the largest in the USACE hydropower fleet. The 480V station service system provides power for auxiliary equipment required to run each generating unit properly including governor oil pumps and turbine bearing oil pumps. Each unit has an associated switchgear and/or motor control center (MCC) that is used to supply their respective auxiliary loads. Since the generators were installed at different times, the power distribution configurations vary depending on the units under observation. Unit 1- 16 auxiliary loads are fed from motor control centers SU1-SU4 installed in the 1950�s. The configurations are described as follows for SU1-4: � SU1 � Units 1-4 � SU2 � Units 5-8 � SU3 � Units 9-12 � SU4 � Units 13-16 The above-mentioned equipment is original to the plant and is outdated, meaning replacement parts are difficult to obtain. SU1-SU4 have interconnections to provide a backfeed for each center, but they do not provide full redundancy, meaning multiple units could go offline if a fault occurs. Arc flash incident energy is high on equipment buses, and mitigation techniques (such as maintenance modes) are nonexistent. The purpose of the project is to replace the existing switchgear, MCCs and associated transformers. The new equipment will include modern circuit breakers and improved personnel safety risks. A new SCADA system will enable operation of power circuit breakers and status monitoring (open, closed, trip) of main and tie breakers for SU1-SU4 from the Control Room HMI. Local control panels will provide the similar functionality for all power circuit breakers at the switchgear/MCCs, but outside of the defined arc flash boundary. All new 4160/480 V service transformers will be delta-wye with secondary windings that have high resistance grounding (HRG) systems equipped with alarms in case of single line to ground faults on the 480V side. Two service transformers will be provided for SU1-4 to ensure the equipment remains operational in case one transformer is offline. The 480V station service upgrade scope of work includes: SU1-SU4 Replacement Replacement of SU1-SU4 motor control centers with electrically operated main and tie air circuit breakers with automatic transfer scheme and redundant 500 kVA transformer in different locations (one close coupled) Provision of additional feeders from SP switchgear spare breakers and modification to existing digital relays. Installation of standalone SCADA system and remote control/status HMI in control room. Separation of 120 VAC and 125 VDC circuits will be accomplished by relocating lighting panels and TRU lighting transformers in existing equipment to wall-mounted locations Replacement of downstream 480V motor control centers CQ13, CQ23, CQ33, CQ43 that service GSU transformer and unit auxiliary loads Local control panel and HMI that will provide control and indication status of each main/tie breaker for each SU, and remote control from HMI in control room. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3. Submit three projects that demonstrate Contractor�s ability to perform the 480V station service upgrade. Project information submitted shall contain: Project Name/Title; Contract awarded amount; Project location; Project start date; Project completion date; Contractor shall provide a detailed description of the following: The completed projects scope and complexity, and CPARs or performance rating. 4. CAGE code and DUNS number. 5. Firm's Joint Venture Information, if applicable. 6. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate 7.� Identify if your firm intends to team or subcontract any work under this requirement, and what is the anticipated percentage of work you are capable of in your own right and what percentage you are subcontracting: __Large Business (LB)____% __Small Business (SB)____% __Small Disadvantaged Business (SDB)____% __Woman-Owned SB (WOSB)____% __Veteran-Owned SB (VOSB)____% __Service-Disabled VOSB (SDVOSB)____% __Historically Underutilized Business Zone (HUBZone)____% This research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps.� All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under the sources sought announcement. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.SAM.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 1:00 pm (Pacific Time) on 7 March 2022. Submit responses to the attention of Gregory Cook, Contract Specialist, by email: gregory.a.cook@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bc20a95bfc594d1ea2cd676b97bad960/view)
 
Place of Performance
Address: Bridgeport, WA 98813, USA
Zip Code: 98813
Country: USA
 
Record
SN06251697-F 20220227/220225230114 (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.