Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2009 FBO #2869
MODIFICATION

Z -- Lower Snake River Diesel Generator and Switchgear Replacement

Notice Date
9/30/2009
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-09-R-SS37
 
Response Due
10/2/2009
 
Archive Date
12/1/2009
 
Point of Contact
Jani C Long, Phone: 509-527-7209
 
E-Mail Address
jani.c.long@usace.army.mil
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled, Lower Snake River Diesel Generator and Switchgear Replacement. This will be a firm-fixed-price contract. 100% Performance and payment bonds will be required. Work will be conducted at three different sites as described below. The three sites include; Lower Monumental Lock and Dam, Little Goose Lock and Dam, and Lower Granite Lock and Dam. All three sites are located within Washington State along the Snake River. Lower Monumental Dam is located near Kahlotus, Little Goose Dam is near Starbuck, and Lower Granite Dam is near Pomeroy. The Diesel Generators to be replaced consist of the powerhouse emergency diesel generators. Currently, the generators are 4160V, 500kVA, 1970s vintage engine generators with relay control systems which are difficult to maintain and operate. Three Generators are scheduled to be replaced at three different locations: Little Goose Lock and Dam, Lower Monumental Lock and Dam, and Lower Granite Lock and Dam. The switchgears scheduled to be replaced are designated as SQ2, includes 300kVA, 4160V-480V step-down transformers and feeds power to auxiliary systems, primarily for units 5 & 6. The switchgear is currently Federal Pacific Electric, is considered unreliable and is difficult to maintain. Switchgears are scheduled to be replaced at two of the three locations: Lower Monumental Lock and Dam and Lower Granite Lock and Dam. The contract will require the supply and installation of three Diesel Generators and the associated control system components along with two SQ2 switchgear. Each generator replacement will include but is not limited to the installation of 750 kVA, 480V generator, 480-4160V step-up transformer, two 5kV circuit breakers (three at Lower Granite), load bank, day tank, PLC control system, and associated conduit, cabling and wires. SQ2 switchgear system replacement will include associated cabinets, circuit breakers, transformers, high resistance ground, and associated conduit, cabling and wires. Modifications to the existing switchboard will also be required. Additionally, the contract will require the removal, demolition and disposal of existing switchgear, relay control system and removal and salvage of the existing diesel generators. Concrete Patching, grouting and repair will also be required. The period of performance for the contract is approximately three years. The period of performance for onsite work is dependent upon the spring runoff and fish passage windows that generally provide seven to nine calendar months of on-site work access, each year. Submittals, manufacture, delivery and site preparation outside of the allowable outage windows may start anytime after award. Project site priority and coordination with other project work windows may also dictate other construction schedule requirements and restrictions. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, at http://www.usace.army.mil/CESO/Pages/EM385-1-1,2008NEW!.aspx located at US Army Corps of Engineers homepage. Statement of Work includes working with and around medium voltage equipment and cabling, elevated work sites, restricted access areas and heavy machinery. A Full time Quality Control Manager and Site Safety and Health Officers (SSHO) shall be provided at the work site for each shift. The QC Manager shall have no other duties other than QC, be a graduate Electrical Engineer or Construction Manager with three years of experience related to the statement of work. The QC Manager must also complete the course titled Construction Quality Management for Contractors within the last 5 years. The SSHO serves to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor. The SSHOs can not have any other duties even though the QC has safety inspection responsibilities as part of the QC duties. The SSHOs shall have a minimum of two (2) years safety work on similar projects that involve work around voltage regulators and high voltage systems, a 30-hour OSHA construction safety class or equivalent within the last 3 years, and fall protection Competent Person Training. The Government will use the Resident Management System for Windows (RMS) to assist in its monitoring and administration of this contract. The Contractor shall use the Government-furnished Construction Contractor Module of RMS, referred to as QCS, to record, maintain, and submit various information throughout the contract period. This joint Government-Contractor use of RMS and QCS will facilitate electronic exchange of information and overall management of the contract. QCS provides the means for the Contractor to input, track, and electronically share information with the Government in the following areas: a. Administration b. Finances c. Quality control d. Submittal monitoring e. Scheduling f. Import/export of data The Contractor shall be responsible for quality control and shall establish and maintain an effective quality control system that consists of plans, procedures, and organization necessary to produce an end product that complies with the contract requirements. The system shall cover all on-site construction operations and shall be keyed to the proposed construction sequence. The Contractor shall utilize established in-house quality control procedures to assure full compliance with all off-site work. The Contractor shall submit daily reports for all on-site work and for all off-site work. This sources-sought announcement is a tool to identify qualified potential offerors and determine whether there are capable HUBZone, 8(a), or Service-Disabled Veteran-Owned small businesses who can accomplish the work. Only firms who respond to this announcement by submitting a statement of their current or past technical experience (what the firm has done) and current or past performance (how well the firm did it) similar to or the same as the requirements stated above, will be used in the determination whether to set aside this requirement for small business. Include bonding capacity and a statement indicating the size of your business (8(a) small business, HUBZone small business, or Service-Disabled Veteran Owned small business) to Jani Long, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or email responses to jani.c.long@usace.army.mil. Your response to this notice must be received on or before close of business on October 2, 2009. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-09-30 14:59:37">Sep 30, 2009 2:59 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-09-30 15:01:18">Sep 30, 2009 3:01 pm Track Changes The magnitude of construction range is between $1,000,000 and $5,000,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-09-R-SS37/listing.html)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN01976572-W 20091002/091001001943-823eebf133e40ff73411578887296734 (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.