SOLICITATION NOTICE
H -- SF6 Gas Leak Detection
- Notice Date
- 5/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- One West Third, Tulsa, OK
- ZIP Code
- 00000
- Solicitation Number
- DE-RP75-10SW10429
- Response Due
- 6/4/2010
- Archive Date
- 12/4/2010
- Point of Contact
- Jeremy D Chea, Contracting Officer, 918-595-6674,jeremy.chea@swpa.gov;Jeremy D Chea, Contract Specialist, 918-595-6674,
- E-Mail Address
-
Jeremy D Chea, Contract Specialist
(jeremy.chea@swpa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial itemsprepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Proposals (RFP). Submit only written proposals for RFP DE-RP75-10SW10429. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This acquisition is a Small Business Set-Aside. The associated NAICS code is 541330 with a small business size standard of $4.5 Million. This RFP contains one (1) line item. The line item description is as follows: CLIN 0001 - Contractor shall provide all personnel, equipment and travel necessary to complete the project in accordance with the below description of work. Pricing should be provided under approved GSA schedule pricing: 1.1 Description of Work The contractor shall provide Sulfur Hexafluoride (SF6) gas leak detection as well as recommendation for repair with cost estimates on the following equipment, listed by location: Carthage Substation 1-1/4 miles south of Carthage on Hwy 71 and mile east Carthage, MO 64836 Seven (7) 161kV Power Circuit Breakers Eight (8) 68kV Power Circuit Breakers Nixa Substation On Hwy 14, 2 miles west of Nixa, north side of Hwy Nixa, MO 65714 Two (2) 161kV Power Circuit Breakers Two (2) 161kV Circuit Switchers Three (3) 69kV Power Circuit Breakers Table Rock Substation mile south of intersection of Hwys 265 and 165 Branson, MO 65616 Two (2) 161kV Power Circuit Breakers Six (6) 69kV Power Circuit Breakers Idalia Substation mile northeast of Idalia on Hwy E Essex, MO 63846 Four (4) 161kV Power Circuit Breakers Malden Switching Station 1 mile south of Malden on MO Hwy 25 Malden, MO 63863 Four (4) 69kV Power Circuit Breakers Kennett Substation 1 mile west and 1-1/2 miles north of intersection of Hwy 25 and road EE Kennett, MO 63857 Four (4) 161kV Power Circuit Breakers Six (6) 69kV Power Circuit Breakers Norfork Substation 2 miles on Hwy 177 to Norfork Dam from intersection of Hwy 5 and 177 Norfork, AR 72658 Eleven (11) 161kV Power Circuit Breakers Three (3) 69kV Power Circuit Breakers Clarksville Substation 4 miles north of Hwy 21 and 64 and 1 mile west of Hwy 21 Clarksville, AR 72830 Four (4) 161kV Power Circuit Breakers Two (2) 69kV Power Circuit Breakers Gore Maintenance Office (Switching Station) 2 miles northwest of Hwy 64 on Hwy 10 Gore, OK 74435 Eight (8) 161kV Power Circuit Breakers Weleetka Substation mile north and mile east on Hwy 75 from Weleetka Weleetka, OK 74880 Two (2) 161kV Power Circuit Breakers Four (4) 138kV Power Circuit Breakers Greasy Creek Tap Approximately 6 miles south of Wetumka and 2 miles east of Hwy 75 on E W 129 Rd Wetumka, Ok 74883 One (1) 138kV Power Circuit Breakers 1.2 Performance of Work Southwesterns substations and transmission lines are under the jurisdiction of Southwestern's Office of Maintenance and subject at all times to Southwestern's standard operating procedures and regulations. The contractor shall perform all work necessary to fulfill these requirements without requiring an outage of equipment using non-intrusive, on-line inspections taken from a safe distance from any and all energized parts of a minimum of 10 feet. The Contractor shall use laser imaging for SF6 gas leak detection using a laser imaging camera capable of detecting leaks as small as two pounds of gas per year at a safe distance as defined above while equipment is operational. The contractor shall perform all on-site work during the hours of Monday through Thursday 8:00 AM to 5:00 PM. A Southwestern inspector will escort the contractor during site visits. 1.3 Submittals The contractor shall provide a detailed report of findings and evaluations as well as video of leak detection. The detailed report shall provide the date of leak detection, station name, equipment number, and a description of findings as well as recommendation for repairs including cost estimates. The video shall be in mpg format, the common digital video format standardized by the Moving Pictures Experts Group. The report and video shall be sufficient in detail to be given to either maintenance personnel or another contractor to repair the leaks detected. All correspondence, literature, and technical data required to be furnished by the Contractor shall be in English. Units of measurement shall be in the International System of Units (SI) or English units (U.S. Customary System). The final reports and videos shall be complete and accurate in their content. Originals and all copies shall be legible. Southwestern expressly reserves the right to use, to reproduce in whole or in part, to distribute, and to reuse any and all such reports or videos, whether copyrighted or not. 1.4 Mailing Address The mailing address for the final reports and videos to be furnished by the Contractor for the Project Manager is as follows. Attn: K. Scott Holland, S8500 Southwestern Power Administration One West Third Street, Suite 1600 Tulsa, OK 74103 All proposals must be FOB Destination to include delivery of CLIN 0001. All proposals must include a proposed delivery date (or number of days from award). PROVISIONS: The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price Technical capability is significantly more important when compared to price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES: The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Aside (with Alternate I); FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28, Post-Award Small Business Program Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration; FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Proposals must be signed, dated and received no later than June 3, 2010, at 4:00 PM, Central Time at the following address: SUBMIT PROPOSALS TO: Southwestern Power Administration Attn: Jeremy Chea One West Third Street Tulsa, OK 74103-3502 Or email jeremy.chea@swpa.gov Please mark the outermost layer of proposal packaging with the solicitation number DE-RQ75-10SW10429 LATE PROPOSALS: Proposals or modifications to proposals received at the address above after the exact time specified for receipt of proposals WILL NOT be considered. All contractors must be registered in the Central Contractor Registration database located at http://www.ccr.gov prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation for CLIN 0001 in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote. For additional information, please contact the Contracting Officer, Jim Hunt at 918-595-6674 or by email at jeremy.chea@swpa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RP75-10SW10429/listing.html)
- Record
- SN02158171-W 20100526/100524234524-e8b7d9890eae726a7c0bfe94d9b96444 (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 |