Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2023 SAM #7729
SOURCES SOUGHT

W -- Temporary Water Supply for Transformer Cooling and Fire Suppression at Lookout Point Dam in Oregon, USA

Notice Date
1/23/2023 12:41:00 PM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
PANNWD22P0000002123
 
Response Due
2/1/2023 2:00:00 PM
 
Point of Contact
Carl Schmurr, Phone: 5037036203
 
E-Mail Address
carl.r.schmurr@usace.army.mil
(carl.r.schmurr@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. ������� General This is a Sources Sought posted by the United States Army Corps of Engineers (USACE), Contracting, Portland District, Supply & Services Branch (CECT-NWP-S) and is for informational/market research purposes only. This is not a solicitation nor a synopsis of a proposed action under FAR Subpart 5.2. The requirement is for a Contractor to provide an alternative water supply for one transformer at Lookout Point Dam and the fire suppression system for the adjacent Dexter General Maintenance and Vehicle Storage and Administrative buildings. 2. ������� Project Background Lookout Point Dam is located on the Middle Fork of the Willamette River, 22 miles upstream of Eugene and Springfield, Oregon. Lookout Point Dam is a 246-foot tall, 1,875-foot long rockfill earthen embankment dam with a concrete spillway, five spillway gates, a concrete non-overflow section, and a powerhouse with regulating outlets. Construction of the dam began in 1948 and was completed in 1954. Lookout Point Dam is part of a system of 13 multi-purpose dams in the Willamette Valley with the primary purpose of flood risk management and secondary purposes of hydropower, recreation, irrigation, municipal and industrial water supply, fish and wildlife, and water quality. Collectively, this system of dams is referred to as the Willamette Valley Project. Currently, injunctive measures being implemented at Lookout Point include a proposed deep drawdown of the reservoir for the months October to February starting in October of 2023.� During that period, when the pool drops below elevation 771-feet, the penstock inlet will be above pool level.� Service water is pulled from the penstock and, with no water in the penstock, the only source of service water will be cut off.� Of the several systems impacted by this, the primary system will be the cooling water for the one transformer, and the fire protection water in the powerhouse and Dexter General Maintenance and Vehicle Storage and Administration buildings.� These are critical systems that need to be maintained to provide primary power and fire protection for the facility.� The transformer cooling water is critical because all the power for the facility is back fed from the Bonneville Power Administration (BPA) line when the generating units are off-line, which will be the case when the penstocks are out of service.� The water supply to the Dexter buildings is critical to life safety of the people and equipment in the facility. This system will be needed starting in October of 2023 and needed for each of the operating seasons until the end of the injunction in 2026.� It may be needed beyond that timeframe depending upon the requirements of the new Biological Opinion (BiOp) being implemented at that time. 3. ������� Contract Information The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to provide a temporary water solution to cool one of the three 146MW generators in the Lookout Point Powerhouse and provide fire protection for a 50,000 to 60,000 sq ft facility for five months per year.� The Government is interested in either renting or procuring the equipment to meet the requirement. �The requirement will be in the form of a contract with one (1) base period of twelve (12) months and two (2) optional periods of performance for twelve (12) months each, for a potential total of three (3) years performance. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry to include Large Business, Small Business, Small Disadvantaged Businesses to include 8(a) certified small business firms, Historically Underutilized Business Zone small business (HUBZone), Woman owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). All are highly encouraged to respond. If your company has a suggestion, question, or concern about this Sources Sought and/or the SAM-posting-attached Performance Work Statement, please email the Point of Contact below. 4. Capability Statements Contractors are requested to submit their capabilities to successfully accomplish the requirements in the PWS. Contractor equipment may remain on site or be picked up during the off-season (Mar through Sep). Also, contractors are requested to submit capabilities to supply portable water tanks with pumps that have up to a (10,000 to 20,000 Gallons) capacity that can be used along with a recirculating pump to cool a transformer. It is expected that the contract will be awarded by April 2023, but performance will not occur until Oct 2023.� If this fact affects a contractor�s intention to submit a quote, USACE requests the contractor please email the USACE point of contact below stating how so. Point of Contact for all questions or assistance is the USACE Contracting Officer, Carl Schmurr, at 503-703-6203 or Carl.R.Schmurr@usace.army.mil. 5. Submission Instructions: Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: �Temp Water Supply Lookout Point�. Please send all responses to Carl.R.Schmurr@usace.army.mil. A Firm�s response to this Sources Sought shall be limited to (5) pages total, including cover page, and shall include the following information: a.� Firm�s name, address, point of contact, phone number, email address, CAGE code and SAM number; b.� Firm�s small business category and Business Size: Large Business, Small Business, Small Disadvantaged, 8(a) certified small business, Historically Underutilized Business Zone small business (HUBZone), Woman owned small business (WOSB), Economically Disadvantaged Women-owned small business (EDWOSB), and Service-Disabled Veteran-owned small business (SDVOSB); c.� Provide relevant and verifiable information on the Firm�s experience/capabilities as it pertains to the proposed work outlined in section 4. Capability Statements; and, d. Any questions you have on the proposed project. 6.� Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in the Government point of entry (SAM.gov). All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4deac61fff1b41bf83990c49fbf4cfbe/view)
 
Place of Performance
Address: OR, USA
Country: USA
 
Record
SN06571118-F 20230125/230123230109 (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.