SOLICITATION NOTICE
Y -- Ice Harbor Low Voltage and DC Systems Upgrade
- Notice Date
- 7/13/2011
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-11-R-0012
- Response Due
- 10/31/2011
- Archive Date
- 12/30/2011
- Point of Contact
- Elaine M. Vandiver, 509-527-7221
- E-Mail Address
-
USACE District, Walla Walla
(elaine.m.vandiver@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Construction project entitled: Ice Harbor Low Voltage and DC Systems Upgrades. The work is located at the Ice Harbor Lock and Dam located in Walla Walla County, Washington. This will be a firm-fixed-price construction contract. Construction magnitude is between $1,000,000 and $5,000,000. 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 238210 and the associated small business size standard is $14,000,000. Solicitation is open to both large and small business concerns. Summary of Scope of Work: Using USACE supplied plans and specifications, the contractor will accomplish the following Scope of Work for the Ice Harbor Low Voltage and DC Battery Systems. All work will require the Contractor to follow the procedures in the Army Corps of Engineers Safety Manual, at http://www.usace.army.mil/CESO/Documents/EM385-1-1FINAL.pdf. The contractor will also need to supply temporary power for some systems during this work and carefully coordinate this work with the project staff to ensure proper plant operation. Low Voltage System- Design, construct and install a new SQ2 low voltage (480V) switchgear panel including new transformers, breakers and annunciation. New panel will also have additional space for future breakers. New conduit and routing of conduits may be needed for this installation. The install of new equipment will also require routing new power cables, controls cables and annunciation cables from the new equipment to existing equipment. The contractor shall install new breakers in the existing SQ0 and SQ1 low voltage (480V) switchgear panels and install new cabling as needed for the new breakers. As needed, the contractor will supply new relay settings for the equipment. The contractor will be required to participate in scheduling, commissioning, testing, as well as provide instruction on operation and maintenance of this new equipment. DC Battery System- For a 125VDC battery system, design, construct and install new DC battery switchboards and chargers, including installation of new batteries (58 cells, 2.2V, minimum 2000 A-hr capacity), lifting equipment, safety equipment and battery monitoring equipment in the existing battery room. The installation will require routing new power cables, control cables and annunciation cables from the new equipment to existing equipment. Additional work includes supplying a mobile/trailer mounted linear (not step) load setting load bank for battery testing; replacement of battery charger breakers in panel CQ05 (480V); installation of an Automatic Transfer Switch and battery testing equipment to test battery cells. The contractor will be required to participate in scheduling, commissioning, testing, as well as provide instruction on operation and maintenance of this new equipment. Solicitation Number W912EF-11-R-0012 will be posted to the FBO website on or about August 10, 2011. The solicitation is a Request for Proposals. The successful offeror will be selected through the Lowest Priced Technically Acceptable source selection method. Evaluation details will be contained in the solicitation. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It does not necessarily reflect the actual proposal closing date. The proposal closing date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is made available to offerors. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Elaine.M.Vandiver@usace.army.mil and Tracy.L.Wickham@usace.army.mil Foreign nationals must have received clearance prior to being granted access to the project site. When available, the solicitation documents for this project will be available via FedBizOpps.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-0012/listing.html)
- Place of Performance
- Address: Ice Harbor Lock and Dam 2763 Monument Drive Burbank WA
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN02497630-W 20110715/110713235305-4913e6959e287214e10ccbd031fcb32e (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 |