Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2024 SAM #8207
SOURCES SOUGHT

Z -- BON 2 Bradford Island Service Bldg PRQ Switchgear Upgrade

Notice Date
5/15/2024 8:18:07 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N24R0012
 
Response Due
5/29/2024 11:00:00 AM
 
Archive Date
06/13/2024
 
Point of Contact
Andrew Sprys, Michael E. Saldana
 
E-Mail Address
andrew.j.sprys@usace.army.mil, michael.e.saldana@usace.army.mil
(andrew.j.sprys@usace.army.mil, michael.e.saldana@usace.army.mil)
 
Description
General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond. Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The North American Industrial Classification Code (NAICS) for this requirement is: �238210 The related size standard is:� $19,000,000. Formal Sources Sought Response Due � 29-MAY-2024 at 11:00 am PDT. Project Background. The Bradford Island PRQ Substation is supplied by two underground 13.8kV medium voltage feeders from an intertie in the High Voltage Cable Vault 11 (HVCV11) located in the South Spillway Tower. The intertie feeders are connected to the power sources from both Powerhouse 1 and Powerhouse 2 for redundancy and each of the two PRQ feeders are tapped off the intertie using 600A dead break elbow junctions in the HVCV11. From the South Spillway Tower HVCV11, the two PRQ feeders go through an underground duct bank to the Bradford Island Service Building electrical room where PRQ Substation resides. The Bradford Island Service Building electrical room measures 22 feet by 24 feet housing two disconnect switch cabinets, two 1000kVA 3?phase 13.8kV to 480V transformers and the switchgear cabinet sections. The electrical room housing the equipment is operating in a non?controlled environment with higher temperature and humidity than industry standards. Present day switchgear and associated equipment have sensitive electronic equipment, which requires a specific operating temperature threshold to function accurately. The electrical room is currently cooled by two powered exhaust units located in the attic space where outside air is supplied through fans and filtered louvers located in the exterior doors. The fans are controlled by a thermostat inside the electrical room. The PRQ Substation supplies power to the pump house fire system, the shelter building equipment and five other 480V panelboards within the Bradford Island Service Building. The equipment using the supplied power are 120V and 480V receptacles, lighting panelboards, various saws and grinders, various cranes, fans and heaters, and other numerous daily computing, telecommunication, and maintenance equipment requiring power to support the engineering and service departments. The objective of this project is to replace the existing PRQ Substation with new 1500kVA transformers, 8 section switchgear and associated electrical protection equipment. This will entail relocating the transformers and associated electrical protection equipment to the parking lot area right outside of the existing electrical room. Completion of this work will meet the criteria and constraints as defined in the Phase 1A Report. Project Scope. The following information represents the project objectives: 1. Replace the existing 480V switchboard and station service transformers located in the Bradford Island Service Building. 2. Relocate the new transformer disconnect switches and (2) 1,500 kVA transformers directly outside the existing electrical room. 3. The new 480V switchgear and associated equipment will be housed in the existing electrical room. 4. Provide an exhaust fan or AC system to provide cooling for the electrical room. 5. Provide panic hardware for existing electrical room doors, fire stopping for all conduit penetrations through rated walls, fire extinguishers, and emergency lighting as required for life safety code compliance. Anticipated Construction Schedule:� CENWP intends to advertise (JUN 2024) and award (AUG 2024) Construction Contract with estimated construction completion 670 days after Notice to Proceed. Estimated Construction Cost (ECC):� The current ECC is between $1,000,000 and $5,000,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude. Number and Type of Contracts: NWP contemplates awarding Firm Fixed Price Construction Contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels. Anticipated Source Selection Process:� The expected method to determine the best value to the government is Best Value Trade Off. Project Specific Constraints and Challenges: NA Questions for Industry: Is there anything in our SOW that would discourage you from bidding? Is there anything in our SOW that would cause enhanced pricing uncertainty? Are there any market conditions or industry practices that you feel the government needs to be aware of? Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � W9127N24R0012. Please email to Michael Saldana, Contracting Officer, at Michael.E.Saldana@usace.army.mil and Andrew Sprys Contracting Specialist, at Andrew.J.Sprys@usace.army.mil before 11:00 am Pacific Standard time on 29 MAY 2024. Interested parties� responses to this Sources Sought shall be limited to six (6) pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. Firm's business category and size: �Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. A description of work performed under similar project constraints and challenges listed under paragraph 3. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), (List the critical elements required) project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction The Government may verify information in CPARS or PPIRS. Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability in the form of a letter from Surety. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates) Responses to the government�s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. 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 capabilities 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. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1fa75ac2694b4aa19a8038db87426bf0/view)
 
Place of Performance
Address: Cascade Locks, OR 97014, USA
Zip Code: 97014
Country: USA
 
Record
SN07065919-F 20240517/240515230053 (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.