Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOLICITATION NOTICE

Y -- 115kV and 230kV Switchyard Upgrade Phase 1, Oahe Powerhouse, Missouri River, South Dakota

Notice Date
3/3/2015
 
Notice Type
Presolicitation
 
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-15-R-0011
 
Response Due
4/16/2015
 
Archive Date
5/16/2015
 
Point of Contact
Polina Poluektova, 402-995-2091
 
E-Mail Address
USACE District, Omaha
(polina.a.poluektova@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
On or about 17 March 2015, this office will issue Request for Proposals for design and construction of the 115kV and 230kV Switchyard Upgrade Phase 1, Oahe Powerhouse, Missouri River, South Dakota. The solicitation will close on or about 16 April 2015. This solicitation is RESTRICTED TO SMALL BUSINESS PARTICIPATION. A tentative site visit date will be issued with the advertisement package. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See 'Obtaining Solicitation Documents' below. _______________________________________________________________________________ Project Description: (Approx. quantities) This project includes the installation of a Government-furnished autotransformer (AT2), the furnishing and installation of Contract-furnished equipment, and the Contractor's design and furnishing and installation of Contractor-designed concrete footings and pads and steel support structures for the equipment at the Oahe Switchyard. The work includes, but is not necessarily limited to, the following. a. Design, furnish and install two (2) new concrete pads for new 115kV SF6 circuit breakers and one (1) new concrete pad for new 230kV SF6 circuit breakers. b. Design, furnish and install new concrete pad and oil containment for Government-furnished autotransformer AT2. c. Design, furnish and install new concrete footings for four (4) new 115kV disconnect switches, one (1) new 230kV disconnect switch, twelve (12) new 115kV post insulator pedestals, and four (4) new light fixture posts. d. Design, furnish and install new concrete foundations for two (2) new steel switchyard takeoff towers. e. Design, furnish and install four (4) new steel support structures for new 115kV disconnect switches, four (4) new steel support structures for new 230kV disconnect switches, and twelve (12) new pedestals for 115kV post insulators. f. Design, furnish and install two (2) new steel switchyard takeoff towers, complete with 115kV and 230kV suspension insulators, tensioners, all connecting and grounding hardware, and structural calculations showing these towers to be capable of holding 1272kcmil ACSR quote mark Bittern quote mark and 1/2-inch steel static wires. g. Design, furnish and install new elevated aluminum operator platforms with stairs/ladders and railings for the two new 230kV SF6 circuit breakers and the two new 115kV SF6 circuit breakers. h. Furnish and install new 1272kcmil ACSR quote mark Bittern quote mark aerial lines and 1/2-inch steel static ground wire between the two new takeoff towers and the one existing takeoff towers, complete with 1272kcmil ACSR quote mark Bittern quote mark drops to equipment bushings, connecting hardware, tensioners, and sag calculations. i. Excavate and remove existing ground mat conductors. j. Furnish and install new ground mat conductors and ground rods to modify the ground grid, with backfill and gravel cover and exothermic welds. l. Furnish and install two (2) new 230kV SF6 circuit breakers, complete with wiring to the power and control sources. m. Furnish and install two (2) new 115kV SF6 circuit breakers, complete with wiring to the power and control sources. n. Furnish and install four (4) new 230kV disconnect switches with one (1) ground switch, complete with grounded operator platforms. o. Furnish and install four (4) new 115kV disconnect switches with one (1) ground switch, complete with grounded operator platforms. p. Furnish and install three (3) new 230kV CCPD's, complete with wiring to the power and control sources. q. Install Government-furnished autotransformer AT2, complete with Contractor-furnished and installed wiring to the power and control sources. r. Excavate and furnish and install buried concrete-encased PVC ducts, including core drills into Tunnel Y and grout backfill. s. Replace fifty-three (53) existing disconnect switch operator platforms and fifteen (15) ground switch operator platforms with new platforms, complete with grounding connections. t. Remove sixty-one (61) existing switchyard lighting fixtures and provide sixty-six (66) new switchyard lighting fixtures and four (4) new posts, complete with conduit and wiring extensions of existing circuits. u. Replace thirty (30) existing 230kV 3.5-inch aluminum tubular bus expansion fittings. v. Furnish the services of the manufacturer's Field Engineer to supervise installation of the SF6 breakers, disconnects, and CCPD's. w. Prepare and furnish as-built corrections to the Contract Drawings. x. Systems testing and commissioning. y. Perform a ground resistance test of the switchyard. z. Provide separate O&M Manuals for all new Contractor-furnished equipment, including SF6 breakers, disconnects, and CCPD's. aa. Provide training of Government personnel for all new Contractor-furnished equipment, including SF6 breakers. Features of Optional Work a. Replace twelve (12) existing 115kV 3.5-inch aluminum tubular bus expansion fittings as directed. b. Design, furnish and install replacement post insulator pedestals on existing concrete footings, with 230kV post insulators as directed, up to thirty (30) maximum. c. Design, furnish and install replacement post insulator pedestals on existing concrete footings, with 115kV post insulators as directed, up to twenty (20) maximum. d. Welding services. e. Individual craftsman hours for welders, machinists, electricians, other skilled labor, and general labor. The estimated construction cost of this project is between$2,500,000 and $5,000,000. _______________________________________________________________________________ The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 630 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement for Representations and Certifications Application (ORCA) is now located in System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 1.Use the 'Quick Search' to locate the project (by entering the solicitation number) or use the advanced search features offered in the 'Find Opportunities' (large arrow in the middle of the page) or use the 'Opportunities' tab followed by the 'Advanced Search' tab. 2.By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3.Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading 'All Files' or from the 'Packages' tab. 4.If you want other vendors, sub-contractors or contractors to contact you, click on the 'Interested Vendors' tab and then 'Add me to Interested Vendors' link at the bottom of the page. Questions regarding contractual matters should be made to: Polina Poluektova 402 995 2091. Telephone calls regarding Small Business matters should be made to: 402 995 2910. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: 402-995-2719 or Specification Section at: 402-995 2184.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-15-R-0011/listing.html)
 
Place of Performance
Address: USACE Oahe Powerhouse 28563 Powerhouse Road Pierre SD
Zip Code: 57501
 
Record
SN03656837-W 20150305/150303234539-4e450facee8a98561b4d63c9b2aa0fc8 (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.