Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
SOURCES SOUGHT

61 -- Lower Monumental, Little Goose, and Lower Granite Exciter Replacements

Notice Date
6/23/2009
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-09-R-SS31
 
Response Due
6/30/2009
 
Archive Date
8/29/2009
 
Point of Contact
Jani Long, 509-527-7209<br />
 
E-Mail Address
US Army Engineer District, Walla Walla
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources, including HUBZone, 8(a) and Service-Disabled Veteran-Owned, for a project entitled, Snake River Exciter Replacement. This will be a firm-fixed-price contract. 100% Performance and payment bonds will be required. The excitation system provides field current for a synchronous machine, including all power, regulating, control, and protective elements. Each unit generator has a stand alone exciter. Twelve unit exciters are scheduled to be replaced: Units 1 thru 6 at Little Goose Lock and Dam, Units 4 thru 6 at Lower Monumental Lock and Dam, and Units 4 thru 6 at Lower Granite Lock and Dam. The contract will require the supply and installation of a digital excitation system for each Unit. The excitation system includes the following; new digital exciters, molded case circuit breakers, exciter cubicles, fuse cabinets, regulator cabinets, power potential transformers, digital controls, collector ring assemblies (collector ring, brush holders, brushes and supports), and associated cabling and wires. Modifications to the existing switchboard will also be required. Additionally, the contract will require the removal, demolition and disposal of the non-rotating parts for these units, and removal of the existing excitation power, signal and control cabling, and slip rings for each existing excitation system. Concrete Patching, grouting and repair will also be required. The period of performance for the contract is approximately three years. The period of performance for onsite work is dependent upon the spring runoff and fish passage windows that generally provide seven to nine calendar months of on-site work access, July through March. Submittals, manufacture, delivery and site preparation outside of the allowable outage windows may start anytime after award. Project site priority and coordination with other project work windows may also dictate other construction schedule requirements and restrictions. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, at http://www.usace.army.mil/CESO/Pages/EM385-1-1,2008NEW!.aspx located at US Army Corps of Engineers homepage. Statement of Work includes working with and around high voltage cabling, elevated work sites, restricted access areas and heavy machinery. A Full time Quality Control Manager and Site Safety and Health Officers (SSHO) shall be provided at the work site for each shift. The QC Manager shall have no other duties other than QC, be a graduate Electrical Engineer or Construction Manager with three years of experience related to the statement of work. The QC Manager must also complete the course titled Construction Quality Management for Contractors within the last 5 years. The SSHO serves to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor. The SSHOs can not have any other duties even though the QC has safety inspection responsibilities as part of the QC duties. The SSHOs shall have a minimum of two (2) years safety work on similar projects that involve work around voltage regulators and other high voltage systems, a 30-hour OSHA construction safety class or equivalent within the last 3 years, and fall protection Competent Person Training. The Government will use the Resident Management System for Windows (RMS) to assist in its monitoring and administration of this contract. The Contractor shall use the Government-furnished Construction Contractor Module of RMS, referred to as QCS, to record, maintain, and submit various information throughout the contract period. This joint Government-Contractor use of RMS and QCS will facilitate electronic exchange of information and overall management of the contract. QCS provides the means for the Contractor to input, track, and electronically share information with the Government in the following areas: a. Administration b. Finances c. Quality control d. Submittal monitoring e. Scheduling f. Import/export of data The Contractor shall be responsible for quality control and shall establish and maintain an effective quality control system that consists of plans, procedures, and organization necessary to produce an end product that complies with the contract requirements. The system shall cover all on-site construction operations and shall be keyed to the proposed construction sequence. The Contractor shall utilize established in-house quality control procedures to assure full compliance with all off-site work. The Contractor shall submit daily reports for all on-site work and for all off-site work. This sources-sought announcement is a tool to identify small business concerns with the capability to accomplish the work. Only firms who respond to this announcement by submitting a statement of their current or past technical experience (what the firm has done) and current or past performance (how well the firm did it) similar to or the same as the requirements stated above, will be used in the determination whether to set aside this requirement for small business. Include bonding capacity and a statement indicating the size of your business, HUBZone small business, 8(a) small business, Service Disabled Veteran Owned small business or small business concern) to Jani Long, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or email responses to jani.c.long@usace.army.mil. Your response to this notice must be received on or before close of business on June 30, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-09-R-SS31/listing.html)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01853922-W 20090625/090624000737-9a10f8f23452ab2ddbe22a9e93799891 (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.