Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
MODIFICATION

Y -- FY11 ECIP PN 78655 Optimize Power Plant, Kwajalein Atoll, Republic of the Marshall Islands

Notice Date
3/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-11-Z-0004
 
Response Due
3/28/2011
 
Archive Date
5/27/2011
 
Point of Contact
Sean Sackett, 808-438-8578
 
E-Mail Address
USACE District, Honolulu
(sean.p.sackett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Honolulu District is performing market research for a potential construction requirement entitled: FY11 ECIP PN 78655 Optimize Power Plant, Kwajalein Atoll, Republic of the Marshall Islands. This OCONUS requirement may be awarded as a firm-fixed price construction contract. The project magnitude is $1,000,000.00 to $5,000,000.00. The purpose of this sources sought is to determine interest and capability of potential qualified businesses relative to the North American Industry Classification code (NAICS) 236210. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. Respondents should also consider the isolated geographical location of this project - located approximately 2,100 nautical miles southwest of Honolulu, Hawaii, where substantial mobilization efforts and transportation costs should be taken into consideration SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information (4) Size of firm including category of small business, such as 8(a), HUBZONE, or SDVOSB, large business (5) Firm's Bonding Capacity (6) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than two pages in length. Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT IF IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THISSOURCES SOUGHT SYNOPSIS. Where to send responses: Submit responses to Mr. Sean Sackett via email at sean.p.sackett@usace.army.mil Response deadline: March 28, 2011 at 2:00 p.m. (Hawaiian Standard Time) Place of Performance: U.S. Army Kwajalein Atoll / Reagan Test Site Requirement description for FY11 PN 78655 Optimize Power Plant, Kwajalein Atoll: Remove existing generator and install one 1.82 MW generator inside the USAKA/RTS power plant on Kwajalein Island. Project to include tie-ins to existing fuel, cooling, electrical, and control systems: STRUCTURAL WORK Demolition Work The existing Generator No. 1 and support frame will be removed prior to the start of the project. The existing grating at the perimeter of the generator foundation, steel angles, and wide flange steel beams supporting the grating will need to be removed. New Work A new diesel engine generator will be provided to replace Generator No.1. Since the existing foundation that supported the old generator is lower than what is required for the new generator the existing foundation will be modified to accommodate the new generator. The modifications to the existing foundation involve roughening the top surface of the existing foundation and installing L-shaped rebar epoxy dowels into the surface at 18 inches on center in each direction. A new 36 inch thick reinforced concrete slab will then be cast over the existing foundation. New grating and support framing will also be installed to replace the grating that was removed. The new generator and grating support will be attached to the concrete with epoxy anchors or embedded anchor bolts. MECHANICAL WORK Removal Work The existing engine mechanical auxiliary systems installed specifically for Diesel Engine Generator No. 1 will be removed. Portions of the systems common to the other remaining generators will remain. Mechanical systems include engine exhaust, crankcase vent, intake(combustion) air, cooling water, fuel, lube oil, and compressed starting air. New Work New mechanical auxiliary systems will be provided for the new 1820 kW Diesel Engine Generator No. 1. Mechanical systems include engine exhaust, crankcase vent, intake (combustion) air, cooling water, fuel, lube oil, and compressed starting air. ELECTRICAL WORK The existing engine gaugeboard for Diesel Engine Generator No. 1 will be removed and turned over to the user for use as spares. The programmable logic controller and LCD display cabinet mounted on side of engine gaugeboard will also be removed and turned over to the user for use spares. New Work A new 1820 kW Diesel Engine Generator No. 1 will be provided in place, ready for operation. A new engine gaugeboard will be provided. The engine gaugeboard will be essentially identical to the existing and contain engine annunciator, engine gauges, and controls, except without the engine pyrometer, temperature gauges and selector switches. These functions will be handled by a new PLC cabinet with local touchscreen LCD display similar to the existing. The PLC analog inputs will accept thermocouple inputs from the six engine cylinder thermocouples and exhaust thermocouples (eight total), engine RTDs (eight total) and new engine pressure transducers(eleven total). The PLC will contain registers to store the analog data and display them on the LCD display. The PLC will contain an Ethernet communications port for communications with an existing workstation in the Power Plant Control Room. The local touchscreen LCD display will have three pages. One page will tabulate engine thermocouple temperature data, a second page will tabulate engine RTD temperature data, and the final page will tabulate engine pressure data. The workstation programming will be reconfigured to display engine parameters for the new six-cylinder diesel engine. San Juan Construction is currently performing work on a Kwajalein MATOC IDIQ Task Order Award. Respondents should note the remote location, substantial mobilization efforts involved, logistical and space limitations to set up man-camps, limitation of facility and supply usage, and presence of staffing to support no more than two contractors on Kwajalein at any given time. The awardee will have to work on the island simultaneously with San Juan Construction. Other information: The solicitation may be posted to the Federal Business Opportunities web site (www.fbo.gov) when released with proposals due approximately 30 days after the actual solicitation issuance date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-11-Z-0004/listing.html)
 
Place of Performance
Address: U.S. Army Kwajalein Atoll / Reagan Test Site APO AP N/A NA
Zip Code: 96555-2526
 
Record
SN02401762-W 20110318/110316234130-60e90312fbf17587c7ef7329e2a2e6f2 (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.