SOLICITATION NOTICE
61 -- Power Pland 15V Switchgear Upgrade
- Notice Date
- 6/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-N6286307UPGRADE
- Description
- The purpose of this synopsis is to provide notification of the Fleet & Industrial Supply Center Jacksonville, Florida?s requirement for one Switchgear House and one Control House for installation at site by government. The Switchgear House shall be a prefabricated walk-in metal enclosure approximately 40 feet by 24 feet on a structural steel base with interior metal-clad switchgear, lighting, HVAC, and related equipment, totally complete, tested, and ready for operation prior to shipment and after installation at the site. The Control House shall be a prefabricated walk-in metal enclosure approximately 24 feet by 12 feet on a structural steel base with interior control panels, battery system, lighting, HVAC, and related equipment, totally complete, tested, and ready for operation prior to shipment and after installation at the site. The contractor will also provide 15kV Switchgear in accordance with specification Section 16265, Generator and Switchgear Controls?; Engine Upgrade Modifications, Generator Upgrade Modifications, Master Engine Generator Control Panel, Generator Control Panels, Motor Generator Control Panels, Engine Control Panels, Field PLC Control Panels, and Generator Excitation Control Panel in accordance with specification Section 16265, Generator and Switchgear Controls?; a Work Station, Ethernet switches, Field Servers, and optical fiber cable for Ethernet ring bus in accordance with specification Section 16715, ?Ethernet Ring Bus?; Transformers PMT4 and PMT5 in accordance with specification Section 16273, ?Single-Phase Pad-Mounted Transformers?; control cables indicated on the attached drawings ?Upgrade Power Plant 15kV Switchgear? that are noted as government furnished; and Switch SW1 in accordance with specification Section 16341, ?SF6 Insulated Pad-Mounted Transformers?. The government requests the following optional supplies be included in the pricing proposals: Bid Item no. 2. (Priced Option)-Provide Automatic Meter Reading System for installation at site by government in accordance with specification Section 16455, ?Automatic Meter Reading System?. Provide Transformers PMT2 and PMT3 for installation at site by government in accordance with specification Section 16275, ?Modulation Transformer Unit?. Bid Item no. 3. (Priced Option)- Provide SCADA System in accordance with Section 16715, ?SCADA System. Bid Item no. 4. (Priced Option)- Provide Motor Generator Control Panel and Synchronizing Control Panels in accordance with specification Section 16225, Motor Generator Controls?. Bid Item no. 5. (Priced Option)- Provide Transformers PMT1 in accordance with specification Section 16272, ?Three-Phase Pad-Mounted Transformers?. Bid Item no. 6. (Priced Option)- Provide Switch SW2 in accordance with specification Section 16341, ?SF6 Insulated Pad-Mounted Transformers?. Additionally, there are seven anticipated site visits that will be coordinated with the Government?s installation contract sequence. The government will provide 30 days notice for each upcoming site visit. a. Installation survey site visit. b. Commission Metal-Clad switchgear. c. Commission DG1 and DG2, and associated control house controls. d. Commission DG3 and DG4, and associated control house controls. e. Commission Ethernet Ring Bus, SCADA System, and Automatic Meter Reading System. f. Commission MG1, MG2, and MG3 controls. g. Commission MG4, MG5, and MG6 controls. The NAICS for this requirement is 335313 with a size standard of 750 employees. The solicitation will be pursued using full and open competitive procedures. The resulting contract will be a fixed price commercial contract. It is estimated that the solicitation will be available on or about 05 July 2007. The requested delivery is twelve months from contract award date. A copy of the draft work statement will be attached to this notice. It is the responsibility of the interested parties to independently review all referenced materials and download their own copies of the solicitation and any attachments. No paper copies of these documents will be issued. Interested companies may contact Jennifer Reeder, Contracts Specialist, at Jennifer.Reeder@navy.mil. Any responses should refer to PR number N6286307UPGRADE. Lack of registration in the CCR database as required by FAR 4.1102 will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. There is no commitment on the part of the Government to award a contract as a result of this notice.
- Place of Performance
- Address: Contractor Site
- Zip Code: 32212
- Country: UNITED STATES
- Zip Code: 32212
- Record
- SN01323954-W 20070622/070620222007 (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 |