SOURCES SOUGHT
Z -- USCG ACADEMY SWITCHGEAR REPLACEMENT
- Notice Date
- 6/24/2011
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, Rhode Island, 02886
- ZIP Code
- 02886
- Solicitation Number
- HSCGG1-11-CGA453699
- Archive Date
- 8/4/2011
- Point of Contact
- Jean M Bretz, Phone: (401)736-1765, Teresa L. Calabrese, Phone: 401-736-1785
- E-Mail Address
-
JEAN.M.BRETZ@USCG.MIL, Teresa.L.Calabrese@uscg.mil
(JEAN.M.BRETZ@USCG.MIL, Teresa.L.Calabrese@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business concerns or Small Business concerns. The applicable North American Industry Classification System (NAICS) code is 238210, with a small business size standard $14.0 Million. The estimated value of the procurement is between $1,000,000 and $5,000,000. Bid, payment and performance bonds will be required. The U.S. Coast Guard is seeking Small Business Concerns with successful past performance, current relevant experience, personnel, equipment, capability and bonding capacity to: (1) replace the original PILC 5KV and XLPE 5KV cable with EPR 15KV cable from the Boiler Plant to the G&W 15KV load break switch in the Pump Station, G&W Switch in Michel Hall to G&W Switch in Munro Hall and replacement of the existing main switchgear. This project consists of replacing cables throughout Feeder #3 and Feeder #4 (HV-3 and HV-4) branch circuits, clean the cable ducts, replace cable holders and pull new 15KV ethylene propylene rubber insulated cable (EPR) with associated ground conductor. Separable splices shall be on all branch connections being replaced. Once cable is replaced, re-splice and test the replaced branch and feeder section. Complete replacement and testing of one feeder section prior to beginning replacement of the other. Perform work in manholes and switchgear with energized 4160 volt cables and use appropriate PPE including flame retardant clothing while working in these manholes and the main switchgear. Lead cable shall be cut into manageable lengths (3 foot sections) and turned over to the CGA. Asbestos fire-wrap is anticipated to be present in manholes and workers need to be aware of its presence; and, (2) Complete replacement of the existing, 44 year old metal-clad 4160V Westinghouse Building and four (4) 1200A rack-out circuit breakers. Provide new main switchgear rated for 15KV with a number of circuit breakers capable of supporting the existing two loops (two breakers per loop) plus circuit breakers for an additional loop and spare breakers for future loop. Work consists mainly of site work for a new 15KV substation and removing the existing substation. The performance period is estimated to be 6-8 months. In accordance with FAR Part 19, if your firm is one of the above small business concerns and intends to submit an offer on this acquisition, please respond by email to Jean.M.Bretz@uscg.mil with "Sources Sought for Solicitation HSCGG1-11-CGA453699" in the subject line or by fax to (401) 736-1704. Your response should include the following: (a) a positive statement of your intent to submit a bid for this solicitation as prime contractor; (b) a statement identifying your certified small business designation; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and, (d) provide evidence of bonding capacity to the maximum magnitude of the project, to include both single and aggregate totals. Your response is required no later than 7 July 2011. All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/HSCGG1-11-CGA453699/listing.html)
- Place of Performance
- Address: USCG Academy, 15 Moegan Ave., New London, California, United States
- Record
- SN02481509-W 20110626/110624234301-e0995385ab32d26f01b9fc935048e84c (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 |