Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
MODIFICATION

Y -- This is a resubmission due to a change to the NAICS. Libby Dam and Powerhouse Electrical Distribution Equipment Replacement, Libby, Montana

Notice Date
7/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD941505167
 
Response Due
7/24/2014
 
Archive Date
9/15/2014
 
Point of Contact
Jason G. Herrera, 206-764-6662
 
E-Mail Address
USACE District, Seattle
(jason.g.herrera@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a resubmission due to a change to the NAICS. This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OFA PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Corps. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this notice is to gain knowledge of potentially qualified Small Businesses (SB),8(a), Small Disadvantage Business (SDB), Woman Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 238210, Electrical Contractors and Other Wiring Installation Contractors; small business size standard is $14 Million. The Federal Service Code (FSC) is Y1PZ. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large business. Limitations on Subcontracting: The prime contractor, in accordance with FAR clause 52.219-14 Limitations on Subcontracting paragraph(c)(4) Construction by special trade contractors, will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published in the FEDBIZOPPS (WW.FBO.GOV). Responses to this SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement. PROJECT INFORMATION : The expected solicitation will consist of two projects. The Libby Powerhouse Electrical distribution and Libby Dam Electrical Distribution. Magnitude of construction is $5M-$10M. Work for the Powerhouse electrical will be base bid, and work for the Dam electrical will be options. Seattle District requires the removal and replacement of electrical equipment and the electrical distribution system for the Libby Dam and Powerhouse. Work includes removal and replacement of service distribution centers, service control centers, transformers, breakers, starters and surge protection. Installation of a new non-automatic transfer switch. Also included is the removal of 13.8/4.16kv transformer feeding the dam distribution center located in the power house; replacing 4.16kV dam feeder steel-armored cables with new 13.8kV dame feeder aluminum-armored cables; replace two 500 KVA, 3-phase 4 160/480V transformers with new 500KVA, 3-phase 13.8kV/480V transformers including high resistance grounding; replacing all cables and conductors from distribution centers; provide local-remote controls for identified supply breakers, tie breakers control centers, control centers, and distribution breakers. An Arc Flash Reduction Maintenance System (ARMS) is to be provided, along with Dead break connectors for identified transformers, and infra red viewing windows for identified gear. Replace existing relays and provide ARMS switches with each relay. Contract scope also includes installation of government furnished program logic controls (PLC) with alarms and status indicators as specified in the plans and specifications. The scope will also include the installation of a supervisory human machine interface (HMI) touch screen panel in the control room. Construction work on the powerhouse electrical system will include government determined scheduled durations where work will not be allowed due to powerhouse operations. Dam electrical work can continue during these times. REQUIREMENTS: Interested firms should submit a capabilities package, limited to five pages, to include the following: 1. Firm's name, address, point of contact, phone number, email address and business classification (i.e., small business). 2. Firm's interest in bidding on the solicitation if issued. 3. Three (3) examples of past projects as the Prime Contractor for projects of similar size, scope, and complexity completed within the last ten (10) years. Examples should include the following information: description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project; 4. Experience working on medium or high voltage electrical equipment and distribution lines in an electrical power generating facility or industrial setting. 5. Ability/willingness to coordinate and manage the personnel and supply logistics of a more remote location like Libby, MT. 6. Have the experience and capability to schedule and manage complex sequencing of inter-related electrical systems and equipment. 7. Indicate the ability to develop, coordinate and manage cut over to new electrical and distribution equipment given system constraints for outages, phasing and time constraints, and safe practice work. 8. Provide your company's CAGE code. 9. Firm's Joint Venture Information, if applicable. 10. The Contractor will be expected to use RMS/QCS, the program USACE uses to monitor project status. The Government Staff will use the RMS program and the Contractor Staff will use the associated QCS program. Details on the QCS program can be found at the following website: http://rms.usace.army.mil/QCS/Index. 11. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b)Aggregate b. Proof the contractor can provide bonding for the maximum amount of the magnitude of construction range. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Point of Contact for the Bonding Company. g. Other commitments that might interfere with performance of the contract. Responses to this Synopsis will be shared with the Government Project Team, but otherwise will be held in strict confidence. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under this sources sought announcement. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive a copy of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received as soon as possible but no Later than 2:00 pm (Pacific Time) on 9 July 2014. The responses should be forwarded to the attention of Jason Herrera, Contract Specialist, by email: jason.g.herrera@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD941505167/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03428838-W 20140719/140717235515-eea278672fc5acb360eed037c158ce29 (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.