Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOURCES SOUGHT

Z -- Sources Sought Notice Design-Build for Repair/Replace Overhead Distribution Line, Feeders N1 & N3 and N6. Vandenberg AFB, California.

Notice Date
6/2/2011
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-11-S-0006
 
Response Due
6/16/2011
 
Archive Date
8/15/2011
 
Point of Contact
lucia.a.carvajal, 213-452-3240
 
E-Mail Address
USACE District, Los Angeles
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the community of general contractors. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. No proposals are being requested or accepted with this notice THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. Description of Work: N1, N3 & N6: Three separate 12 kilovolt electrical feeder lines that emanate from Substation N shall be replaced by the proposed project: N1, N3, and N6. Feeder Line:Facility Served: Existing Length:New Length: N1-N3; SLC 6; 15.04 km (9.34 mi);9.91 km (6.16 mi). N6;SLC 4 East, SLC 4 West; 14.06 km (8.74 mi);8.50 km (5.28 mi). Total: 29.10 km (18.08 mi); 18.41 km (11.44 mi). The feeder lines are hung on wooden cross bars mounted on wooden poles and, in general, the existing alignment of these lines either runs cross-country or at a 20-meter (65-foot) minimum set-back off existing paved roads. Most, if not all, of the original access roads established to construct these feeder lines have grown over with coastal chaparral. As such, vehicular access to these feeder lines is non-existent, resulting in a schedule of maintenance forced by power failures. This, combined with the harsh coastal environment including highly corrosive salt air, results in emergency repair efforts. Additionally, some lines are co-located on the same set of poles, a failure in one of the lines sometimes compounds the problem by causing failure of the other line. Typical problems with the existing feeder lines include corrosion on steel hardware, serious erosion of the lower cross bar at the through-bolt location, corrosion of the central steel core of the overhead conductors, and charring damage to wooden poles due to brush fires and pole-top fires. The proposed project would construct all new feeder lines along more optimally sited alignments (e.g., existing roads), thus providing easy access and facilitating regular maintenance. VAFB feeder line construction and maintenance vehicles have booms that can comfortably reach distances up to 6 meters (20 feet) from the vehicle. Because of this, where new feeder line alignment runs next to roads, new poles shall be installed approximately 6 meters (20 feet) from the edge of pavement to the greatest extent possible. In areas where new feeder alignments cannot be located near existing roads, access roads shall be established. At the base of all the poles, vegetation shall be cleared from a 3-meter-radius (10-foot) and the ground leveled. Geo-technical fabric/weed barrier covered with gravel or other comparable solution shall be installed to prevent vegetation overgrowth, provide protection from wildfires, and easy access for regular maintenance. In a few instances, the existing feeder line runs underground through conduit. Replacement of the feeder lines in these instances would entail pulling new conductor lines through the existing conduit or installation of new trench if the old conduit is found to be unusable. After construction of the new feeder lines, existing feeders are to be dismantled. Access routes for demolition of existing alignments that run cross-country will need to be re-established, temporarily, and deconstructed and re-vegetated to meet environmental requirements. Electrical cable shall be loaded into truck beds or roll-off bins. Wooden poles shall be felled by cutting them off just above the surrounding ground surface, and then the top portion of the pole where the cross bars are attached shall be cut off to facilitate recycling of the insulators and hardware. The top portions also shall be loaded into trucks or roll-off bins, while the poles shall be loaded onto trucks or trailers. Equipment and materials staging and storage areas will likely need to be established on existing paved surfaces. Staging and laydown areas shall be clearing denoted during design and will require environmental approval. Current Data A 35% concept design has been prepared and will be used as the basis for this project. The proposed design-build effort shall take the 35% concept design to a complete 100% design, to include a minimum of 3 design submittals and minimum of 21 days government review time for each will be required. The location of this work is on Vandenberg Air Force Base, Santa Barbara County, California. The estimated construction cost, $8,000,000.00. Estimated duration of project is 545 Calendar Days (includes design and construction). North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237130. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. All technical evaluation factors and sub-factors have not been assigned at this time. Past Performance and Small Business Subcontracting Plans may be evaluated. If your company is interested in this project, please reply to the following questions, responses shall be limited to 5 pages. (1) Offerors name, address, point of contact, phone number, and email address. (2) Offerors interest in bidding on the solicitation when issued. (3) Offerors capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute the design and construction, comparable work performed within the past 5 years, and brief description of the project, customer satisfaction, and dollar value of project) provide at least 3 examples. (4) Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)). (5) Offerors Joint Venture information, if applicable, existing and potential. (6) Offerors bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). (7) Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Interested offerors shall respond to the Sources Sought Notice no later than 2:00 PM (local time), 16 June 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Please submit your response to: USACE-Los Angeles District, ATTN: Contracting Division-West Region Branch, C/O Lucia A. Carvajal, 915 Wilshire Blvd, Suite 1400, Los Angeles, CA 90017. Email responses will not be considered or accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-11-S-0006/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02462599-W 20110604/110602234838-89ae92020e74dd12670ca7138f162fb6 (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.