SOLICITATION NOTICE
Z -- Lucky Peak Intake Tower Electrical Improvements
- Notice Date
- 7/6/2012
- 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-12-B-0013
- Response Due
- 10/5/2012
- Archive Date
- 12/4/2012
- Point of Contact
- Connie Cochran, 509-527-7216
- E-Mail Address
-
USACE District, Walla Walla
(yi.cochran@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Construction Project: Lucky Peak Intake Tower Electrical Improvements. This will be a firm-fixed-price contract located at Lucky Peak Dam (Boise County, Idaho). Estimated construction magnitude is between $100,000 and $250,000; and 100% performance and payment bonds will be required. Summary Scope of Work: The work shall include but not be limited to: 1. Perform a load study and arc-fault analysis of the power system for the intake structure. 2. Locate existing conduit and wire route in the roadway from hand hole (HH) #5 and pull boxes to the abutment. 3. Disconnect #4/0 feeders spliced to #6 conductors in HH #5. Megger test #4/0 conductors to manifold building feeder circuit breaker. 4. Disconnect and remove wire and cable in conduit for feeder, signal, and control circuits routed in conduit buried in the roadway from intake tower to HH #5 and/or pull boxes. 5. Saw cut asphalt, excavate, partially demolish duct bank and trench for new handholes at the abutment and for new conduit from the abutment to HH #5. 6. Disconnect and remove existing roadway luminaire. Install new luminaire at bridge gate. 7. Install new handholes and conduit, backfill and compact trench. Connect new and existing conduit to new abutment handholes. Restore roadway surface. 8. Disconnect and pull back or remove as indicated feeder, branch circuit, signal and control circuits in the intake tower. 9. Remove existing 480 V power distribution disconnects and equipment. Remove interconnecting conduit as indicated. Remove "capsian" winch controller. 10. Install interior and exterior pull boxes, install conduit from abutment handholes to intake tower. 11. Install a new 480 V power distribution panelboard. Relocate existing power distribution equipment and equipment control panels as indicated. 12. Install new conduit to connect power distribution and controls to existing and new panelboards, existing controllers and existing conduit system. 13. Clean and mandrel all conduits. 14. Re-pull existing conductors indicated and install new conductors to reconnect all power, signal and control circuits. 15. Remove existing #4/0 conductors from HH #5 to the intake structure exterior mounted terminal/splice cabinet. Remove and replace cabinet with new NEMA 4x SS cabinet, install and connect new #4/0 conductors. 16. Remove existing intake gate pendant control equipment. Add switches and relays to the controllers to add functions to the pendant control. Provide a new flexible cable, pendant controller and cord and plug connector. Test all gate hoist operations. 17. Test all conductors and equipment operations. Solicitation Number W912EF-12-B-0013 will be posted to the FBO website on or about August 11, 2012. The solicitation is an Invitation for Bid. Bids 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 bidders. 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 yi.cochran@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. Solicitation is open to small business concerns only. NAICS code for this project is 238210, and the small business size standard is $14,000,000 average annual receipts. When available, the solicitation documents for this project will be available via FedBizOpps.gov https://www.fbo.gov NO CD's OR HARD COPIES WILL BE AVAILABLE. Bidders 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-12-B-0013/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla, Lucky Peak Project 9723 East Highway 21 Boise ID
- Zip Code: 83716-9393
- Zip Code: 83716-9393
- Record
- SN02795641-W 20120708/120706234322-4a2053b95f4a8283cbe8c292463304aa (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 |