Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

J -- J-- Commercial Services for Power Plant Transformer Repair, Garrison Project, Riverdale North Dakota.

Notice Date
5/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACW45-02-Q-0005
 
Response Due
6/3/2002
 
Archive Date
7/3/2002
 
Point of Contact
Diana Vanderzanden, 402-221-4044
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(diana.l.vanderzanden@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA On or about 13 May 2002, this office will issue Request for Quotations No. DACW45-02-Q-0005 for Commercial Services for Power Plant Transformer Repair, Garrison Project, Riverdale ND. Quotations will be opened on or about 3 June 2002. This Solicitation Is Unrestricted And Open To Both Large And Small Business Participation. Based upon the nature of this repair work, it is recommended that a pre-bid site inspection be performed to ascertain the extent of the transformer damage, and identify possible transformer lifting and moving restrictions. Upon a seventy-two (72) hour adv ance notification, the Government will make access available for internal inspections during working hours. Interested Parties will provide the following information: a. Name of Contractor b. Names of individuals attending the site inspection Only individuals that have furnished the required information in advance and show a valid Photo ID (i.e. driver's license) will be allowed access to the site. The site visit will be held at U.S. Army Corps of Engineers, Garrison Project, 2-? mi. SW of Rive rdale, Hwy 200, Riverdale ND 58565-0527. Contact Bob Krumwiede at (701) 654-7441 ext. 3223. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Ordering below. The work will include the following: (Approx. quantities) The solicitation requires the repair of a General Electric auto transformer, 44,445 KVA, 230 GrY/115 GrY/13.8, single phase, 60 Hz, OA/FA, circular coil, 55 degrees C Rise, total weight, 150,000 lb s with no-load tap changer. This transformer has experienced a bushing failure and fire. The following services are required, (approximate): a. Prepare the transformer for shipment and ship the transformer from the Garrison power plant to the Contractor's repair facility. b. Disassemble and perform an inspection of the transformer, ancillary equipment & devices, to determine the extent of the damages. c. Submit the transformer inspection and repair report detailing the transformer damage, the repair options, and the associated costs. Based upon the results of the report, the Government will elect whether or not to have the Contractor repair the transf ormer, and if so, the method of repair to be undertaken. If the Government elects not to have the Contractor repair the transformer, the contract shall be terminated, the Contractor shall maintain possession of the transformer, and the contract amount sha ll be reduced by the amount of the salvage value of the damaged transformer as bid by the Contractor. The estimated solicitation total for this project is between $350,000 and $700,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for fiscal year 2002: (a) Small Business: 61.4% of planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of planned subcontracting dollars*. (c) Women Owned Small Business: 5.0% of planned subcontracting dollars*. (d) Severely Disabled Veterans 3.0% of planned subcontracting dollars*. (e) Hubzones 2.5% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work within 10 days after receipt of order (ARO) and have final delivery and installation completed within 390 calendar days ARO. The plans and specifications are available on compact disk (CD-ROM) and will be pr ovided free of charge. It has been determined that the number of compact disks be limited to one (1) per firm. Plans and specifications will not be provided in a printed hard copy format. Performance and payment bonds will be required. Contractors may view this project on the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ Ordering of CD-ROM shall be made through the Internet address above. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If any of your information changes during the advertisement period, submit the information via e-mail to diana.l.vanderzanden@usace.army.mil or by written request or fax. Failure to provide updated business information may cause a delay in receiving CD-RO M and amendments. Questions regarding the ordering of the same should be made to: 402.221.4044. Telephone calls regarding Small Business matters should be made to Hubert Carter at 402.221.4110. Telephone calls on contents of drawings and specifications should be made to Gary Hinkle,Project Manager, at: (402) 221-4684. Evaluation Factors: The following factors (listed in descending order of importance) shall be used to evaluate offers: 1. Price. Offerors demonstrating a combination of low total bid price, low optional bid price and high salvage value will receive a favorable evaluation. 2. Offeror's Experience. Offerors demonstrating a minimum of 5 years experience in the repair, design, construction, assembly and testing of oil-filled power transformers equal to and larger than that required by this contract will receive favorable evalua tions. Offerors are required to submit information and references for their three most recent projects of similar size and scope. The following information for each project should be included in this submittal: project name & location; contract number & c umulative amount; primary reference name, job title, address, & phone number; alternate reference name, job title, address, & phone number; and project narrative. Proposals identifying similar projects with positive recommendations will receive favorable evaluations. 3. Offerors' Capabilities and Proposed Schedule. Offerors demonstrating their ability to prosecute vigorously the work required by these specifications through adequate previous experience, adequate facilities, adequate capital will receive favorable eval uations. This shall include identifying available manpower and facilities adequate to complete this work within the specified time with respect to other work for which the offeror is obligated. Offers that identify work schedules with expeditious shipment of the transformer to the offeror's facility, submission of repair report, and return of repaired transformer will receive favorable evaluations. 4. Quality Control Organization Experience. Offeror's demonstrating ISO 9000 certification and / or Internal quality control processes / plans will receive favorable evaluation. Offeror's identifying Quality Control personnel assigned to this job with kno wledge and experience in QC procedures on large autotransformers will receive favorable evaluation. 5. Guaranteed Characteristics. Proposals identifying the following guaranteed characteristics meeting or exceeding the nameplate values and minimizing losses in comparison to the existing unit will receive favorable evaluations. (a) Autotransformer nameplate data, including kVA rating, kV rating, impedance, and Basic Impulse Insulation Level (BIL) ratings. (b) Load loss in kW at 100 percent self-cooled rated kVA, 1.0 power factor, at the reference temperature of 85 degrees C. (c) No-load loss in kW at rated voltage, at the reference temperature of 20 degrees C. (b) Not Applicable (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the of fer's specified expiration time, the Government may accept a n offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C 106 South 15th Street Omaha, NE 68102.1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00071152-W 20020505/020503213321 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.