Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOURCES SOUGHT

56 -- DBB DISA DECC Ogden Bldg 891 Generator System Upgrade, Hill AFB - Drawings

Notice Date
12/22/2016
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-17-S-0015
 
Archive Date
12/22/2017
 
Point of Contact
Karen D. Scott, Phone: 9165577109
 
E-Mail Address
Karen.Scott@usace.army.mil
(Karen.Scott@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Building 891 Generator W91238-17-S-0015 DBB DISA DECC Ogden Bldg 891 Generator System Upgrade, Hill AFB This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. Drawing sheets E-041 Electrical Site Yard Enlarged Generation Plan, E-042 Electrical Site Yard Enlarged Plan and E-601 Electrical One-Line Diagram are for reference only. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Karen Scott at Karen.Scott@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for design-bid-build construction of a generator system upgrade at Hill AFB, UT. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project; however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising around April 2017. In accordance with FAR 36.204(h), the estimated value of the resulting contract is expected to be more than $10M. It is estimated to have a duration of 540 days. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 238210, the size standard is $15 million, and the Federal Supply Code is 5600. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION The scope of this project includes the procurement and construction for a generator system upgrade at Defense Information System Agency (DISA) DECC Ogden Building 891 at Hill AFB, UT. The generator upgrade project will replace the existing 480 V emergency generator system and 12.47 kV building services with a new 12.47 kV emergency generator and building service system. The upgrade will include three new 2000 kW, outdoor, 12.47 kV emergency generators (with an option of a 4th generator), with paralleling switchgear and double-ended utility distribution switchgear, and redundant building services transformers for critical and essential loads. The generator upgrade project will work in tandem with a parallel project and provide new overhead low voltage busway from each of the four building service transformers. Building service transformers A and C will be replaced with new Government-furnished 3000 kVA transformers and existing building service transformers B and D will be re-used. The new 12.47 kV generator system will include a user adjustable automatic sequence of operations, a system simulator and permanent load bank. Utility power and standby power must be maintained at the facility during the installation and tie-over of the new 12.47 kV generator and distribution system in accordance with the project construction sequence. A new above ground 30,000 gallon fuel storage tank and pumping system will be located adjacent to the generators to provide fuel for the new diesel generators. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide no more than 3 examples. Offeror's capability should be reflected in their total project experience. All of the following technical work experience should be cumulatively included in the three project examples: • Primary business is an electrical contractor • Installing and commissioning 3 or more medium voltage generators on a common medium voltage generator paralleling switchgear bus • Installing and commissioning double-ended, main-tie-tie-main, medium voltage utility switchgear • Paralleling Medium Voltage switchgear with local utility sources during closed transitions between utility and generator sources • Installing and commissioning all controls, protective relays, programming, and device coordination for the equipment above • Developing and implementing complex sequence of operations for automatic operation of the equipment in split-bus and common bus mode for automatic power restoration through paralleled generator power in response to utility source loss • Installing and commissioning diesel fuel systems in support of generator operations with a minimum capacity of 15,000 gallons 4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered. Please notify this office in writing by email by 2:00 PM Pacific Time on 27 January 2017. Submit response and information through email to: Karen.Scott@usace.army.mil. Please include the Sources Sought No. W91238-17-S-0015 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-S-0015/listing.html)
 
Place of Performance
Address: Hill AFB, Ogden, Utah, United States
 
Record
SN04358766-W 20161224/161222234500-6bdf462c2a71fbf5b4f6abc5fbe98289 (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.