Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOLICITATION NOTICE

Z -- Ice Harbor Dam EIM Metering Upgrade Solicitation

Notice Date
11/1/2023 12:45:42 PM
 
Notice Type
Presolicitation
 
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
W912EF24R0008
 
Response Due
11/16/2023 2:00:00 PM
 
Archive Date
12/01/2023
 
Point of Contact
Nathan Bruce, Phone: 5095277224
 
E-Mail Address
nathan.i.bruce@usace.army.mil
(nathan.i.bruce@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE) Walla Walla District intends to issue a construction solicitation for a project titled: Ice Harbor Dam Powerhouse Energy Imbalance Market Generation Metering Additions. The work will take place at Ice Harbor Lock & Dam in Burbank, WA. Ice Harbor has six main power generating units in the powerhouse. There is a transformer canyon located adjacent to the main powerhouse that consists of all the electrical equipment to deliver the generated power to the electrical grid including step up transformers, surge protective devices, disconnect switches, and SF6 gas breakers. There are three outgoing 115 kilovolt (KV) power lines that exit the transformer canyon to the power grid. This project will install bi-directional, automatic generation control (AGC) metering at all three outgoing 115 KV lines. This new metering will produce data that captures the power output levels and send 5-minute metering data via MV90 cellular modems. These metering enhancements will result in the integration of fully functional data, metering, and control systems that comply with the California Independent System Operator (CAISO) partnering agreement and will provide better control of minimum generation reserves and better reliability. Significant features of the upgrades include: Installing new high accuracy rated current transformers in the transformer canyon (115 kilovolt (kV) side of Ice Harbor Dam) Run new conductors from the 115 kV CTs and voltage transformers (VTs) to the newly installed metering equipment Install new SEL metering equipment in room 411 of the powerhouse fourth floor Installing a new structural platform for the new CTs to sit on The solicitation will be issued as a Request for Proposal - Lowest Price Technically Acceptable (RFP�LPTA), and will result in a single firm fixed-price construction contract. This procurement is going out as an unrestricted, full and open action. 100% performance and payment bonds will be required for this project. The NAICS code for this procurement is 238210. The small business size standard is $19 million. The magnitude of construction is estimated to be between $1,000,000 and $5,000,000. The solicitation will be made available for download on the beta.sam.gov Contract Opportunities website later in November 2023. Offerors are responsible for checking the referenced page for any updates to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the documents posted at the referenced website. Proposals will be due approximately 30 days after the solicitation is posted. The exact proposal due date will be indicated in the solicitation. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to receiving an award. Point of contact for this procurement is Nathan Bruce, Contract Specialist at: nathan.i.bruce@usace.army.mil. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FO ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRE-SOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years of experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The contractor will be required to perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures. Prior to commencing on-site work, the contractor will be required to complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0285ab032b56492998e1c9d63647c184/view)
 
Place of Performance
Address: Burbank, WA 99323, USA
Zip Code: 99323
Country: USA
 
Record
SN06873332-F 20231103/231101230055 (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.