Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
SOLICITATION NOTICE

Z -- Replace Electrical Service to Various Buildings and LED Lighting Conversion at Dale Hollow Lake

Notice Date
7/24/2012
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-12-B-0013
 
Response Due
9/7/2012
 
Archive Date
11/6/2012
 
Point of Contact
J.W. Purcell, 615-736-7674
 
E-Mail Address
USACE District, Nashville
(james.w.purcell@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Replace Electrical Service to Various Buildings and LED Lighting Conversion at Dale Hollow Lake Clay County, Tennessee PURPOSE: The Nashville District, U.S. Army Corps of Engineers intends to issue an Invitation for Bid (IFB) solicitation for the replacement of existing electrical service to the Resource Manager's Office, Maintenance Shop Building, and Transient Quarters; and, replacement of existing luminaires along the Dale Hollow Dam roadway, at the dam sign, plaza area, and adjacent parking lot with solid-state light emitting diode (LED) roadway luminaires. PROJECT DESCRIPTION: Due to power sustainability issues, it has been deemed necessary to replace the existing electrical service to the Resource Office, Shop Building, and Transient Quarters. The new power supply will originate from the Dale Hollow Power Plant and will use existing pull boxes (13 total) and conduit. One outside transformer will be removed and a length of cable. Four new transformers will be installed - 300 KVA dry type in the power plant and three pad mounted that include a 112.5 KVA, 75 KVA, and 50 KVA 4160 volt to 120/240 volt transformers at the points of use - shop, resource office, and transient quarters residence. A 500 amp 3-phase breaker and related 4" rigid metal conduit will be installed at the power house station service board. Six single conductor 250 MCM cables with XHHW insulation, plus a #2 bare ground wire will be installed in the metal conduit running to the circuit board transformer and station service board in the power house. New pull boxes will be installed in the power house cable tunnel and a 5kV loadbreak disconnect switch is to be installed where the outside transformer will be removed. Approximately 3,800 feet of 3-conductor 6 AWG 5 kV shielded cable, Type MV-105, and a #2 bare ground wire will be installed in existing pull boxes and conduits between the power house, shop building, resource office, and transient quarters. All conductors shall be copper. The 5kV cables will be field tested and the new transformers tested in accordance with the manufacturer's specifications. LED Lighting conversion - Remove and replace fifteen (15) roadway luminaires, three (3) luminaires that illuminate the dam sign, three (3) luminaires in the adjacent parking lot, and eight (8) 1,000 watt power flood lights on a single ring on the plaza lighting fixture. The existing 15 lighting standards along the roadway consist of a 25 ft. pole, 4 ft. arm, luminaire lowering device, mounting bracket, and a high pressure sodium luminaire. There are 3 quartz luminaire fixtures that illuminate the sign on the face of the dam. Three cobra head street light luminaires are in the adjacent parking lot. Approximately 1,720 ft. of electrical wiring, 883 ft. of 1 in. rigid metallic conduit, and 159 ft. of 1.5 in. rigid metallic conduit needs to be replaced. Five new, PVC junction boxes are to be installed in the dam roadway tunnel, and 15 sets of electrical contacts are required for the roadway lights. The description is not intended to be all encompassing and is subject to change. NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 238210 Electrical Contractors and Other Wiring Installation Contractors with a size standard of $14,000,000. TYPE OF SET-ASIDE: HUBZone Small Business. SOLICITATION AND CONTRACT TYPE: It is anticipated that from the IFB Solicitation, the Government will award one Firm-Fixed Price Construction Contract to the offeror with the lowest-priced responsive offer. DISCLOSURE OF THE MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $500,000 and $1,000,000. SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or about 8 August 2012. The plans and technical specifications will be available at the time of solicitation release. CENTRAL CONTRACTOR REGISTRATION (CCR): Offerors must be successfully registered in the CCR, www.ccr.gov, in order to receive a Government contract award. ON-LINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): ORCA is an e-Government initiative that replaced the paper based Representations and Certifications (Reps and Certs) process. Offers must have their Reps and Certs available on-line in ORCA, https://orca.bpn.gov, prior to receiving a Government contract award. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the Army Single Face to Industry (ASFI) database. You can access these files from the Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, the responsibility of all potential offerors to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. The project location has special security requirements that will be identified in the solicitation. These special security requirements may be more stringent than what is normally required for work on Federal projects. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is J. W. Purcell, telephone: 615-736-7674, fax: 615-736-7124, email: James.W.Purcell@usace.army.mil. Any communications regarding this procurement must be made in writing and forwarded via email or facsimile and must identify the Solicitation number, company name, address, email address, phone number including area code, facsimile number, and point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-B-0013/listing.html)
 
Place of Performance
Address: USACE District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
 
Record
SN02813995-W 20120726/120725000710-84317d68951d799edd5714cc93e73d6d (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.