Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOURCES SOUGHT

Y -- Fort Randall Switchyard Upgrade

Notice Date
12/3/2013
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-14-S-0002
 
Response Due
12/20/2013
 
Archive Date
2/1/2014
 
Point of Contact
David Neal, 4029952816
 
E-Mail Address
USACE District, Omaha
(david.w.neal@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought Notice for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. The U. S. Army Corps of Engineers, Omaha District is seeking information regarding capability and availability of potential small business contractors to perform work to upgrade the capacity of the switchyard at Fort Randall to meet Western Area Power's updated requirements, as well as to replace the antiquated oil-filled equipment in the switchyard with modern gas-insulated equipment. The USACE will provide as Government furnished equipment, the new SF6 circuit breakers and high voltage disconnect switches. They will be furnished by the installation contract for installation and commissioning. The construction contract will provide new strain bus and all necessary interconnections, as well as control and relaying interconnections for the new equipment. Specific requirements of the job are as follows: 1.Replacing all of the strain bus conductors in the switchyard; 2.Replacing all strain and stand-off insulators inside the switchyard with porcelain insulators that meet the existing design BIL in each switchyard section; 3.Installing Government-provided SF6 gas-insulated circuit breaker replacements for all of the oil-filled 115-kV and 230-kV circuit breakers; 4.Installing two new concrete foundations to support two of the new SF6 breakers; 5.Replacing four (4) 115-kV motor-operated disconnects (MODs) with Government-furnished 115-kV circuit breakers; 6.Replacing six (6) bus-sectionalizing MODs with new Government-furnished disconnect switches; 7.Updating existing relay panel wiring per the revised breaker control scheme; 8.Adding fiber from each new circuit breaker to the relay panels located in the Powerhouse; 9.Installing redundant cables from the transmission line potential transformers (PTs) to the control room relays and implementing a redundant control scheme that utilizes separate sets of current transformers (CTs) for primary and secondary relaying with all new CT and PT circuits run to the Powerhouse control room; 10.Reconfiguring the autotransformer bus connections such that autotransformer F serves the main bus and autotransformer E serves the auxiliary bus; 11.Replacing all of the disconnect switches with new Government-furnished switches while reusing structural steel; 12.Adding new marshaling boxes in control cable tunnel to provide a termination point for existing control cable to control room and an interface for new cables to switchyard equipment; and 13.Replacing all transit cable trays with new hot dipped galvanized steel cable trays from the Powerhouse to the switchyard. Duration of construction contract is estimated to be two (2) years. The U.S. Army Corps of Engineers - Omaha District is seeking qualified Small Business (SB) Community Members [Small Business (SB), Small Disadvantaged Business (SDB), Section 8(a), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), HUBZone Small Business, Small Business (SB) led teams, Small Business Partnerships and or Small Business Joint Ventures] and Other Than Small Business (OTSB) concerns that qualify under the North American Industry Classification System (NAICS) Code 237130 - Power and Communication Line and Related Structures Construction. The Small Business Size Standard is $33,500,000. Construction magnitude for this project is estimated to be above $10,000,000.00. This Sources Sought Notice is part of the market research activities and your responses are sought to identify potential sources that have the knowledge, skill, equipment, experience and past performance necessary to perform the aforementioned construction services. All interested, responsive and responsible contractors are encouraged to participate in this market research by submitting a response via e-mail to david.w.neal@usace.army.mil no later than 2:00 PM CST 20 December 2013. Responses should include the company name, address, contact name and title, phone number, e-mail address, business size and classification/certification under NAICS Code 237130, CAGE Code, DUNS Number, your bonding capacity (single and aggregate) and a list of your company's three (3) most recent projects of the same type described in this notice. Recent project information should include project number with title/description, name of the government agency or non-government client for which the work was performed, the agency/client point of contact (name, phone number and e-mail address) and whether you participated as the prime contractor or as a subcontractor. This notice does not constitute a request for a formal proposal. This notice is provided as information to the market place and is an invitation for an expression of interest and brief demonstration of qualifications to perform and deliver the anticipated requirement. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Contact David W. Neal, Contract Specialist, at the aforementioned e-mail address or 402-995-2816 if you have any questions pertaining to this Sources Sought Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-14-S-0002/listing.html)
 
Place of Performance
Address: USACE District, Omaha - Ft. Randall Project Office P.O. Box 199 Pickstown SD
Zip Code: 57367
 
Record
SN03244598-W 20131205/131203234243-80c66c14b1b92f4487bfed8868837dab (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.