Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2024 SAM #8221
SOURCES SOUGHT

99 -- Chief Joseph Dam Isophase Powerbus Units 1-16

Notice Date
5/29/2024 9:20:56 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW24R0027
 
Response Due
6/3/2024 1:00:00 PM
 
Archive Date
06/18/2024
 
Point of Contact
Londres Medranda
 
E-Mail Address
londres.medranda@usace.army.mil
(londres.medranda@usace.army.mil)
 
Description
Response due date extended to 3 June 2024, 1:00 PM PDT.� Any changes to this Sources Sought are marked by bold text. Point of Contact: Contract Specialist Londres Medranda at londres.medranda@usace.army.mil US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project located in Bridgeport, WA titled: Chief Joseph Dam Isophase Powerbus Units 1-16 Proposed project will be a firm fixed price (FFP) construction project. Construction magnitude is estimated to be between $10,000,000 and $25,000,000. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $45,000,000 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. Summary Scope of Work (SOW): OVERVIEW:� This a combination of replacement and refurbishment of the isolated phase buses that support generating units 1-16 at the Chief Joseph Dam (CJD) in Bridgeport, WA.� The scope covers the following: 1. Replacement of outdoor sections of the isolated phase bus. The 7000A sections of the bus for Transformer Banks T1 will be replaced with 8000A sections. The work must include: a. Demolition of all existing bus work b. Installation of new bus work c. Perform all associated field-testing including torque hardware, digital low resistance measurements at each connection, and hi-pot testing 2. Replacement of outdoor sections of the isolated phase bus. The 4000 amperes outdoor sections for T1-T4 will be replaced with 4500 amperes sections. The work must include: a. Demolition of all existing bus work b. Demolition of all existing steel supports c. Installation of new bus work including new supporting structure d. Perform all associated field-testing including torque hardware, digital low resistance measurements at each connection, and hi-pot testing e. Provide new transformer compartments designed with removable covers and low point drains f. Provide new flexible bellows g. Provide new wall seal assemblies and through-bushings 3. Refurbishment of the iso-phase bus for Units 1-16, not replaced under this contract. The work must include: a. Cleaning and testing of all insulators b. Replacement of damaged insulators; if any insulators show signs of voltage tracking, determine the cause of tracking, correct the cause of tracking and replace all insulators showing tracking. c. Replacement of all gaskets and bellows d. Replacement of all steel isolation material between bus housing and support e. Replacement of all seal-off bushings f. Complete cleaning of the bus and the inside and outside of the bus housing g. Replacement of adapter bars as required h. Replacement of flexible links i. Splice locations disassembly, check silver plate and re-silver the plate, re-assemble j. Perform all associated field-testing including torque hardware, digital low resistance measurements at each connection, and hi-pot testing k. Bring bus support system up to current seismic standards, either by replacing supports with new or analyzing existing supports and rehabilitating as necessary. This includes steel supports and associated concrete anchors. l. Touch up with paint all areas that need to be repainted. 4. Provide the iso-phase bus manufacturer's field engineering services on site to oversee installation of the new iso-phase bus. 5. Provide as-constructed contract drawings and as-constructed shop drawings, as indicated. 6. Provide Operations and Maintenance instructions on the new iso-phase bus. 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 at least one (1) project to demonstrate the Contractor�s recent and relevant experience, demonstrating ability to manufacture, install and commission the Chief Joseph Dam isolated phase buses. Submitted project(s) shall demonstrate experience with the manufacturing, installation and commissioning of 15KV or higher iso-phase bus. Experience must be at a power plant generation station or similar industrial facility where iso-phase powerbuses are operated and maintained. �Project information submitted shall contain: Project Name/Title; Contract awarded amount; Project location; Project start date; Project completion date; Response must include a detailed description of the following: The completed project�s scope, contractor�s role in Design, Fabrication, Factory Testing, Installation and Field-Testing involved in the project, number of isolated phase buses replaced, amperage rating of isolated phase buses replaced, and a copy of the CPARs or performance rating for the project. 4. CAGE code and�Unique Entity�Identifier (UEI)�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 (i) Single Bond (ii) 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 under the same solicitation number as this Sources Sought announcement will be issued on the System for Award Management (SAM) website (https://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 3 June�2024. Submit responses to the attention of Londres Medranda, Contract Specialist, by email only: londres.medranda@usace.army.mil. All interested firms must be registered in SAM (https://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/f2cc0ecab400463bace86076e035248c/view)
 
Place of Performance
Address: Bridgeport, WA, USA
Country: USA
 
Record
SN07080240-F 20240531/240529230100 (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.