Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
MODIFICATION

61 -- Electrical Distribution Platform #6 Upgrade, James River Reserve Fleet, Ft. Eustis, VA

Notice Date
2/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
DTMA2R10004
 
Point of Contact
Monique R. leake, Phone: (757) 441-3246, Laurel L Bishop, Phone: (757) 441-3120
 
E-Mail Address
monique.leake@dot.gov, laurel.bishop@dot.gov
(monique.leake@dot.gov, laurel.bishop@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Maritime Administration, James River Reserve Fleet located at Fort Eustis, Virginia sustained damage to its Electrical Distribution Platform #7 in the James River as a direct result of the Nor'easter on November 11-13, 2009 which left the platform inoperable. In order to restore the distribution system, the agency desires to contract with a licensed electrical contractor to provide and install new 15 kV, 95 kV BIL switchgear suitable for service on a 13.2 kV system at existing Platform #6 also located in the James River. The contractor will be required to bring the existing 4/0-3/C 15KV 133% + 2-18 AWG Shield Pairs submarine primary feed cables from their current location at the south-side pole of Platform #7 to the new switchgear at Platform #6. This work includes: a: Performing tests on all cables to be reused to prove they are still usable. b: Replacing any cables found to be defective with like cables. c: Splicing in any additional cable needed to reach Platform #6 and make connections. d: Retesting all cables after relocation. The contractor will be required to connect loop cables from the load-side of primary switches to Loop Switch #1 on Platform #6 and from Loop Switch #2 on Platform #3 in a fashion similar to the installation used at Platform #7 (drawings to be provided). The contractor will test all cables and connections after completion of installation, and test and insure proper operation of all switchgear and circuit protection features. Once testing is complete and all equipment is proven satisfactory, the contractor shall re-energize the system to insure proper operation of the new equipment. Interested offerors will be required to attend a Site Visit and Conference to be announced in the solicitation. A Request for Proposal solicitation package, including the plans and specifications for the installation completed at Platform #7 will be available on or about March 16, 2010, for downloading at the Government's website at http://www.fedbizopps.gov/. Offerors must be capable of site adapting Platform #7 plans and specifications to installation of similar equipment on existing Platform #6. No paper copies will be issued. Interested parties are urged to register on FedBizOpps to receive notification regarding information associated with this procurement by means of the "Watchlist" feature and to register as an interested vendor through the use of the "Add Me To Interested Vendors" button within the program. Please be aware that while registration at the FedBizOpps website may enable you to receive automatic notification of postings associated with this procurement; it still remains each potential vendor's responsibility to check this website to obtain all current information related to the solicitation, specifications, drawings, subsequent amendments, etc., as they become available for download. Any further announcements regarding this solicitation will be posted only at http://www.fedbizopps.gov/. The ESTIMATED response due date is April 15, 2010; however, the actual due date of offers may be adjusted based upon the actual posting date of the solicitation and the information will be stated within the solicitation documents available at the website. This acquisition is competitive set-aside for 100% Small Business concerns, as authorized under FAR Part 19. The NAICS Code is 237310, Highway, Street and Bridge Construction, with a business size standard of $33.5 million. Estimated magnitude of the project is between $100 and $500 Thousand. All questions of any nature regarding this solicitation must be sent via email addressed to Monique.Leake@dot.gov. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR) and may so at the following web site: http://www.ccr.gov. This procurement requires bidders to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible, responsive sources meeting the small business set-aside qualification may submit an offer which will be considered by the Agency. ATTENTION: Small and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate can be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800)532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA2R10004/listing.html)
 
Place of Performance
Address: James River Reserve Fleet, End of Harrison Road, Building 2606, Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN02073951-W 20100226/100224235300-41b9c64e72818bc5abeef2d8b7938ff6 (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.