Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

Z -- Diesel Generator and Switchgear Replacement at Lower Monumental, Little Goose, and Lower Granite Dams, Washington

Notice Date
9/8/2010
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-10-R-0044
 
Response Due
10/26/2010
 
Archive Date
12/25/2010
 
Point of Contact
Phyllis Buerstatte, 509-527-7211
 
E-Mail Address
USACE District, Walla Walla
(Phyllis.L.Buerstatte@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Solicitation No. W912EF-10-R-0044 will be posted to the FBO website on or about Sept 24, 2010. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately two weeks after the solicitation is made available to bidders. See solicitation for details about the site visit. Solicitation is open to both large and small business concerns. NAICS code for this project is 238210, and the small business size standard is $14,000,000 average annual receipts. When available, the solicitation documents for this project will be posted on FedBizOpps.gov https://www.fbo.gov. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and applicable amendments. NO CDs OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced site for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on FedBizOpps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-10-R-0044/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02272704-W 20100910/100908235426-3651da5904f044c3900e57dc97845208 (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  © 1994-2020, Loren Data Corp.