SOLICITATION NOTICE
Y -- RECOVERY--Y--PROJECT CODE: 4990, Fish Hatchery improvements including installation of a water filtration system and replacement of the generator. Equipment purchases to support park and hatchery operations. - IFB
- Notice Date
- 1/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
- ZIP Code
- 94103-1398
- Solicitation Number
- W912P7-10-B-0003
- Point of Contact
- James E Hallman, Phone: 4155036974, Carlos Hernandez, Phone: 7074314550
- E-Mail Address
-
james.e.hallman@usace.army.mil, carlos.r.hernandez@usace.army.mil
(james.e.hallman@usace.army.mil, carlos.r.hernandez@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- W912P7-10-B-0003 (Invitation for Bid) RECOVERY--Y--PROJECT CODE: 4990, Fish Hatchery improvements including installation of a water filtration system and replacement of the generator. Equipment purchases to support park and hatchery operations. Synopsis Date: Sept 4, 2009 Solicitation Issue Date: January 12, 2010 This procurement will be conducted under NAICS Code : 423610 SIC Code: The small business size standard for this NAICS Code is $33.5MM Type of Acquisition: total SBA certified 8(a) set-aside. Acquisition Method: Invitation for Bids To schedule a site visit please contact Carlos Hernandez at 707-431-4550. Bid Due Date: Thursday, Jan 28, 2010 @ 10:30AM PST. Bid Opening Date: Thursday, Jan 28, 2010 @ 10:30AM PST. Bid Opening Location: U.S. Army Engineer District, San Francisco Corps of Engineers ATTN: James Hallman, Contracting Division 1455 Market Street, room 1741 San Francisco CA 94103 DIRECTIONS FOR SUBMITTING BIDS MARK ENVELOPES: Solicitation No.: W912P7-10-B-0003 Bid Opening Date: Thursday, Jan. 28, 2010 Bid Opening Time: 10:30AM PST ADDRESS ENVELOPES TO: U.S. Army Engineer District, San Francisco Corps of Engineers ATTN: James Hallman, Contracting Division 1455 Market Street, room 1741A San Francisco CA 94103-1398 If you plan on attending the bid opening in person, please plan to arrive 1 hour early to allow time for checking in to the building Bid Guarantee Required of Bidders: 20% of BID Price or $3million, whichever is less. Performance and Pay Bond REQUIRED of Awardee: 100% of original contract price. Award Determination: This award will be made to the lowest-priced, responsive, responsible SBA certified 8(a) firm. Please read the legal clauses in the solicitation carefully. To the extent a clause in incorporated by reference in this solicitation, the full text of the clause can be found at http://www.arnet.gov/far/ JOB Description: Proposed work consists of furnishing all labor, materials, and equipment to install and/or construct a new emergency power facility. Removal, as well as off-site disposal of the existing 600- kilowatt system is also included. The Contractor shall be responsible for determining the location of all surrounding underground utility lines, and if necessary, relocating utilities to accommodate new construction. Utilities that could require relocation include, but are not limited to, underground water, electrical, and irrigation lines. As-builts of the current facility will be made available to the Contractor by the Facility Engineer. While the Contractor shall remove and properly dispose of the existing generator and its components, the existing generator shall remain online up until the new generator is ready to be put into service. This is due to the sensitive nature of the fish hatchery, which requires that emergency power be available at all times. Additionally, the main distribution panel for the hatchery facility and controller for pumps to the pollution control pond are not to be removed, i.e. will remain functional. The existing structure housing the old generator and appurtenances consists of wood-framed stucco finished walls, along with wood-slatted chain link fencing. The roof is wood framed with metal roofing. The structure rests on a concrete slab foundation. Upon removal of the existing generator, the contractor shall extend existing stucco walls to encapsulate the building, with the intent to better weatherproof the structure and keep critters out. A new service door shall also be included. See design drawings for details. The Contractor shall install all new utility lines and provide the proper connections to the new emergency power facility from the main power source. The Contractor shall also test the new facility for functionality, provide the government with operations and maintenance training, and submit any necessary manuals. As indicated by design drawings, the new power facility shall feature: 1) Two new diesel powered engine-generators; each 350 kilowatts, 437 kilovolt-amps, 60 hertz, 3- Phase, 480/277 volt, and each equipped with a sub-base 300 gallon diesel tank. 2) All switch gear for emergency transfer of power. 3) New concrete masonry unit (CMU) block type building to house the generators and components. <h4 style="MARGIN: 0in 0in 0pt; tab-stops:.75in"> </h4> ORDERING SOLICITATION: This solicitation will be posted on this website only. All prospective vendors ARE REQUIRED to register at the Central Contractor Registration website @ www.ccr.gov, or an award cannot be made to the successful vendor/bidder. Before registering your company with CCR, please obtain the following FOUR pieces of information: 1. Data Universal Numbering System (DUNS) Number provided by Dun and Bradstreet (D&B); 2. Tax Identification Number (TIN) and Taxpayer Name used in Federal tax matters; 3. Statistical Information about your business; and 4. Electronic Funds Transfer (EFT) Information for payment of invoices. Specific details to the above four items are further explained at the CCR website. ORCA: You are reminded that there is a new requirement for Annual Representations and Certifications. They are now to be completed and updated electronically in "On-Line Representations and Certification." To perform this action you must go to http://orca.bpn.gov. <h4 style="MARGIN: 0in 0in 0pt; tab-stops:.75in"> BIDDERS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. </h4> IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-10-B-0003/listing.html)
- Place of Performance
- Address: Warm Springs Dam Fish Hatchery, Geyserville, California, 95441, United States
- Zip Code: 95441
- Zip Code: 95441
- Record
- SN02040019-W 20100114/100112234500-de22a8f687f2a54b5b5814a1e0b8b95d (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 |