Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

N -- Main Circuit Breakers/Static Frequency Converter Installation and Excitation System Replacement

Notice Date
9/7/2011
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-11-R-0045
 
Archive Date
11/8/2011
 
Point of Contact
Jara N. Tartt, Phone: 912.652.5078, Julie Oliver, Phone: 912.652.5899
 
E-Mail Address
Jara.n.tartt@usace.army.mil, julie.m.oliver@usace.army.mil
(Jara.n.tartt@usace.army.mil, julie.m.oliver@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is a Supplies/Services Hybrid with minor Construction and will be solicited as a Total Small Business Set-Aside. The primary NAICS Code for the Supplies/Services portion of this contract will be 238210 - Electrical Contractors and Other Wiring Installation Contractors; the NAICS Code for minor construction will be 238110 - Poured Concrete Foundation and Structure Contractors. The government is using the Performance Price Trade-Off Process. The magnitude is approximately $10M - $25M. The resultant contract will be firm-fixed price. The contract will include options. Description of Work: The scope of this project is to perform the work required for the replacement of the existing main unit circuit breakers (MCBs) for Units 1-8 with new Government-Furnished SF6 15 kV MCBs, replacement of the existing static excitation systems for Units 5-8 with new Government-Furnished static excitation systems, and to complete installation of a new Government-furnished static frequency converter (SFC) system at the Richard B. Russell Powerhouse. Prospective contractors should be regularly engaged, for a minimum of three (3) consecutive years, in the assembly, installation, and testing of high voltage power generation and/or transmission equipment of similar type and rating as the Government furnished circuit breakers and other equipment outline below. Descriptive specifications and plans will be provided; however, the work may require substantial engineering design capabilities in order to successfully complete the work. The Richard B. Russell Powerhouse contains four 4000 ampere air blast circuit breakers: one (1) for each of the 13.8 kV main unit generators, units 1-4, and four (4) 5000 ampere air blast circuit breakers, one (1) for each of the 13.8 kV main unit generators, units 5-8. Work includes, but is not limited to: the removal of the eight (8) main unit circuit breakers (MCBs), eight (8) disconnects, control equipment and enclosures; removal of control cables to the Generator Actuator cabinets and Excitation cubicles in the Generator Bays and Switchgear Rooms and to the Main Control Panels in the Powerhouse Control Room; partial removal of isolated-phase bus (IPB) and supports; removal of the air compressor; installation of eight (8) Government-furnished SF6 circuit breakers, control cabinets and isolated-phase bus and supports, including cable; complete the installation of the Government-furnished static frequency controller (SFC) system, input and output circuit breakers and transformers, two (2) current-limiting reactors, and isolated-phase bus; conduits; medium voltage cables and control cables and terminations; and the miscellaneous electrical accessories. Optional items include additional hired labor, welding, installation of eight (8) three-phase disconnect switches for the MCBs, installation of two (2) three-phase disconnect switches for in isolated-phase bus to the SFC current limiting reactors. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov. After completing CCR, in order to download the Request for Proposal (RFP) documents, contractors and their subcontractors must be registered on FedBizOpps (Federal Business Opportunities) www.fbo.gov. Contractors with existing FedTeds logins should be able to use their existing log-ins. In order to locate the solicitation, contactors can go to FedBizOpps site. It is the Offerors responsibility to check the internet address provided, as necessary, for any posted changes to this solicitation and all amendments. The non-cost evaluation factors and their importance are listed below: Factor 1: PAST PERFORMANCE: This factor is ranked as the highest importance. Relevant Projects: Projects submitted by the Offeror should have a minimum value of no less than $5,000,000 and demonstrate experience in the assembly, installation, and testing of high voltage power generation and/or transmission equipment. The Government will only evaluate projects that are successfully completed, or substantially completed (fully designed and at least 50% construction progress completed) within five (5) years preceding the date of this solicitation. (Detailed Past Performance requirements will be outlined in the solicitation.) Factor 2: CONTRACT DURATION AND SUMMARY SCHEDULE: This factor is ranked as the second highest importance. The Offeror shall provide a Summary Schedule showing the duration and sequence of work proposed by the Offeror. The Offeror shall also submit a narrative, not to exceed two (2) page, 10-point, and double-spaced, exclusive of the Summary Schedule sheets specified in 5.1.3, explaining how the schedule will be achieved and how phase construction will expedite the schedule. This narrative shall also address how the Offeror will control the design and construction of the project. Award will be made to an Offeror whose technical submittal and price proposal for the contract contains the combination of those criteria requested offering the best valued to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider date obtained from other sources, the burden of proof of acceptability rests with the Offeror. This solicitation will be issued in electronic format only, and will be available on or about October 24, 2011. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-11-R-0045/listing.html)
 
Place of Performance
Address: Richard B. Russell Dam and Lake, 4144 Russell Dam Drive, Elberton, Georgia, 30635-9271, United States
Zip Code: 30635-9271
 
Record
SN02565373-W 20110909/110907235458-d820deeed4524c6eb1288c7fb5cf6f2c (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.