Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

N -- Commissioning support services during installation of transformers at McNary Dam, Umatilla OR 97882.

Notice Date
7/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-09-Q-0131
 
Response Due
7/30/2009
 
Archive Date
9/28/2009
 
Point of Contact
Mary Van Sickle, 509-527-7204<br />
 
E-Mail Address
US Army Engineer District, Walla Walla
(mary.m.vansickle@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION for commissioning support services during installation of transformers at McNary Dam, Umatilla Oregon 97882. The US Army Corps of Engineers [USACE] intends to make a single source award under FAR 13.106-1(b) to ABB Inc., the manufacturer of the transformers, due to its unique capability to provide the required technical expertise. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is intended to be a single source notice and constitutes the only solicitation; a written solicitation will not be issued. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular [FAC] 2005-32. This action is per FAR Part 12 Acquisition of Commercial Items. This combined synopsis/solicitation is a single source action made under FAR Part 13.106-1(b). In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can access the CCR free of charge at http://www.ccr.gov. For contracting opportunities, visit the Federal Business Opportunities (FedBizOpps) site, www.fbo.gov. Closing date for responses is July 30, 2009 at 2:00pm Pacific Time. 1. Overview. The Contractor, ABB Inc., shall provide commissioning support services for transformer installation at McNary Lock and Dam, Umatilla Oregon 97882. Support services to be provided shall include all supervision, labor, materials, equipment and incidentals. 2. Requirements. A. The Contractor shall provide the services of a supervisory erection engineer meeting the following criteria: 1). Electrical Engineer with five years experience working on the installation of transformers of similar size at power generating projects. 2). An employee of ABB with authority to make decisions on behalf of the company. B. Commissioning Plan: The Supervisory Erection Engineer shall develop the commissioning plan as outlined below: 1). Participate in a teleconference with the Governments Contracting Officer, where the Government and ABB shall review ABBs scope of work and discuss the requirements in developing the commissioning plan. The Supervisory Erection Engineer will be responsible for scheduling and coordinating the meeting. 2). Develop and submit a draft commissioning plan by August 5, 2009, using the Transformer Manufacturer Commissioning Program template provided as Attachment One. 3). Meetings: The Supervisory Erection Engineer shall attend the following meetings: Note: the dates and times of these meetings have not been scheduled; however, the Government will provide at least two weeks notice of the date and time for each meeting. a. Attend in person the Red Zone (Commissioning kick-off) meeting set up by the installation contractor. The Red Zone Meeting will be conducted on-site at McNary Dam prior to commissioning. The purpose of this meeting is to coordinate and schedule all commissioning activities between the Government, installation contractor, and ABB. At this meeting, the supervisory erection engineer shall be prepared to discuss (i) ABBs plan for executing the work at the project site. (ii) ABBs commissioning activities, activity schedule durations, required safety. clearances and timeframes for each. b. Participate in weekly production meetings: by phone if not on site or in person when on site, and shall brief the Government on the progress of the transformer assembly and installation, changes to scheduled activities, and commissioning activities. 4). Commissioning Support: The Supervisory Erection Engineer shall commission the transformers. The commissioning activities are expected to take no more than two weeks (including weekends). Duties of the Supervisory Erection Engineer are outlined below: a. Be on site at least three weeks (one week prior to the start of commissioning and two weeks during commissioning activities). b. Certify each phase of the work using the format of the Commissioning Team Certification on Page 19 of the Government Commissioning Program which is provided as Attachment Two. c. Be available to answer Government questions and help the Government troubleshoot electrical, control, and system interface issues as they arise at the powerhouse facility during commissioning activities. See the Government Commissioning Program [Attachment Two] Pre-Operational Test Phase pages 1-17 and Operational Test Phase page 18. 5. The Contractor shall have skilled craftsmen and test equipment available to help the Supervisory Erection Engineer troubleshoot system problems, and support the resolution of any transformer installation problems during the Government Commissioning activities and system start-up. The provisions at 52.212-1 Instruction to Offerors Commercial (no addenda), and 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items. apply to this acquisition. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://www.arnet.gov/far, http://farsite.hill.af.mil/, and http://aca.saalt.army.mil/Community/policies.htm. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with checkmarks under this clause for the following: 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.222.50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, and Payment by Electronic Funds Transfer-Central Contractor Registration. The following applicable FAR clauses are incorporated by reference: 52.204-7, Central Contractor Registration; 52.204-7004Alt A, Central Contractor Registration (52.204-7) Alternate A; DFAR 252.232-7010, Levies on Contract Payments. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 52.203-3 Gratuities; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7023 Alt III Transportation of Supplies by Sea. FAR Clause 52.252-2 Clauses Incorporated by Reference; DFAR Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. In accordance with Contract Clause: 52.228-5 Insurance -- Work on a Government Installation, the Contractor shall procure and maintain the following minimum insurance: (i) Coverage complying with state laws governing insurance requirements pertaining to Workmens Compensation and Employers Liability Insurance. (ii) Bodily injury liability insurance with minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. (iii) Automobile bodily injury and property damage liability with minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury liability; and $20,000 per occurrence for property damage liability shall be required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-09-Q-0131/listing.html)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01883105-W 20090724/090722234752-c8be7e7f8ada98d1636fdeac9919d144 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.