Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2013 FBO #4100
MODIFICATION

61 -- This is a Request for Information (RFI) for Fort Riley to identify qualified sources able to install a new electrical substation on Fort Riley, Kansas.

Notice Date
2/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX13X0001
 
Response Due
2/22/2013
 
Archive Date
4/13/2013
 
Point of Contact
Lesa Crockett, 785-239-5847
 
E-Mail Address
MICC - Fort Riley
(lesa.m.crockett.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is based on a rapidly deployed pre-engineered modular substation using readily available pad-mount components including a fixed tap transformer and separate single phase regulators. It is anticipated that such a design will result in lower costs and shorter lead times. OBJECTIVES The overall objective of this RFI is to improve the government's understanding of industry capabilities and identify qualified sources capable of providing these critical services in support of the purchase and installation of the electrical substation. Fort Riley reserves the right to utilize information from the responses to this RFI to determine if any business may be applicable to any resultant solicitation. Responding to this RFI does not automatically qualify the responder to be included on any list, if such a list is developed. Vendors wishing to submit a response to any subsequent solicitation must monitor FedBizOpps for the synopsis. This Request for Information is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. CAPABILITIES COVERAGE- Fort Riley seeks to identify vendors that can provide the following required work. This project is to provide and install a complete and usable above ground outdoor substation, including connecting the substation to existing primary and secondary electrical distribution lines and commissioning of the completed system. The Contractor shall furnish all surveys, engineering, design, labor, equipment, materials, and transportation to perform all required work in accordance with this document: SPECIFICATIONS: The new substation capacity shall be at least 5,000 KVA. The primary side of the substation shall be fed from the existing 34.5kV distribution line, located immediately northeast of the site. The secondary side of the substation shall feed two circuits to the existing 12.47kV distribution line, also located immediately northeast of the site (under built to the 34.5kV). The 12.47kV line shall be cut and two risers shall be installed so that one circuit will feed to the north, and the second circuit will feed to the south. This requirement is based on a rapidly deployed pre-engineered modular substation using readily available pad-mount components including a fixed tap transformer and separate single phase regulators. It is anticipated that such a design will result in lower costs and shorter lead times. MODULAR SUBSTATION Substation Type: Distribution substation with numerous residential and commercial loads on two 12.47kV feeders serving up to 2,600kVA each Substation shall be completely assembled, installed and tested. Substation may be completely assembled in the factory and pre-tested prior to shipping and made ready for connection to incoming 34.5kV underground transmission, and outgoing 12.47 kV underground feeder conductors. The substation and all components may be pre-assembled on galvanized steel skids, designed for installation on site-prepared concrete pier foundations; or, it may be assembled and installed on site on poured in place concrete pads. Substation shall include power transformer, regulators, and secondary switchgear with vacuum circuit breakers, reclosing relays, current and voltage transformers, and all associated instrumentation and wiring. Also provide galvanized steel supports, weatherproof enclosures, control building, mounting skids, anchor bolts, and any other equipment necessary for a complete and usable substation. PRIMARY CONNECTIONS: Recommended point of connection is the existing 34.5kV primary overhead line at pole E1645, located immediately to the east of Building 2620. The existing 34.5kV line is three 477MCM ACSR overhead cables in a delta arrangement. Pole E1645 shall be replaced with a new pole that is structurally able to support the new tie-in equipment. The new pole E1645 shall include an overhead radial tap to the existing 34.5kV primary line and a new Gang Operated Air Break (GOAB) switch, lightning arrestors, hook stick fuses, shield wire terminations, and riser to transition to underground feed to the new substation. Underground Distribution: New underground cable shall be 35KV, MV-105, copper conductor, EPR insulated cable with tape shield. Underground cables shall be installed in rigid steel conduit, or PVC conduit encased in concrete. Above grade risers shall be installed in rigid steel conduit. Transitions from rigid steel to PVC, if used, shall be made below grade. Power Transformer: Type: Outdoor, Pad-Mounted, Deadfront Capacity: At least 5,000KVA at 55 C rise, no fans (OPTION 1: 7,500KVA at 55 C rise, see section Error! Reference source not found.) Number of Phases: 3 Primary Voltage: 34.5kV Primary Connection: Delta Secondary Voltage: 12.47kV Secondary Connection: Grounded Wye Frequency: 60 Hz Taps: None Voltage Regulators: Type: Self Contained, Outdoor, Pad-Mounted, Dead Front, Single-Phase, Fluid-Immersed, Step-Type Capacity: At least 167KVA per phase, 500KVA total (10% regulation) Quantity: 3 Voltage: 7.2kV nominal Frequency: 60Hz Regulation: +/- 10% in 32 steps of 5/8% Secondary Switchgear: Type: Outdoor, Fully Enclosed, Pad-Mounted, Three-Phase. Number of Circuits: One Main and Two Feeders Interrupting Medium: Vacuum Continuous Current Rating: 600A Interrupt Rating: 12kA Protection Relays: 1.Type: Microprocessor based 2.Protection shall include: a.Instantaneous/Time Phase Overcurrent (50/51) b.Instantaneous/Time Neutral Overcurrent (50/51N) c.Recloser (79), required on feeders only d.Under/Over voltage (27/59) 3.Relays shall be fully configurable from the local display and keypad, without the need for a computer interface. Main and feeder circuits shall be metered for voltage (V), current (A), demand (KW) and accumulated energy (KWH). Remote Communications/Monitoring: Meters and Relays shall include integral Modbus communications. Communication cable shall be installed to connect all devices together to provide a single quote mark point of connection quote mark. This Modbus access point will not be connected to the post network at this time, but will facilitate a future connection to the network and the post Energy Management Control System. SECONDARY CONNECTIONS: Recommended point of connection is the existing 12.47kV overhead line at pole E1644, located approximately 200' to the southeast of Building 2620, and immediately northeast of the site. The existing 12.47KV line is four #4 CU overhead cables in a grounded Wye arrangement. Pole E1644 shall be replaced with a new pole that is structurally able to support the new tie-in equipment. The existing 12.47 line shall be cut at pole E1644 and a new horizontal Gang Operated Air Break (GOAB) switch installed to allow the two sections to be tied together. On each side of the tie switch, install overhead radial taps to two new hookstick operated switches, shield wire terminations, and riser to transition to underground feed from the new substation. (Note: Alternative proposals for the switching arrangement on this pole, including the use of vertical GOAB switches in lieu of the hookstick operated switches, or running the risers up two separate poles, will be considered.) After completion, the standard configuration will be for the tie switch to be open and both riser switches to be closed. In addition, at pole E1705A west of ESS05, the existing tie switch will be closed and the riser switches opened. Thus, one of the new substation feeders will feed northwest from pole E1644, effectively taking on the load of existing ESS05 circuit 2 (i.e., circuit 52). The other new substation feeder will feed southeast from pole E1644, effectively taking on the load of existing ESS05 circuit 1 (i.e., circuit 51). SITE PREPARATION: Project site will be brought up to desired elevation by the Government. All site trenching, backfilling, compaction, gravel hauling and installation, and concrete work shall be provided by the Contractor. Foundations: The Contractor shall design and install all foundations and provide hardware necessary to attach equipment skids, structures, electrical equipment, control building, etc. to their respective foundations Underground conduits & ducts: The contractor shall provide all trenching, earth work. Backfilling, compaction, and grading required according to the contractor provided site plan. Contractor shall design and install all components necessary to properly ground the substation and devices. CAPABILITY STATEMENT Interested parties are requested to submit a capability statement that addresses the following: 1.Ability to perform the tasks set forth in the Capabilities Coverage section described to install a new electrical substation on Fort Riley, Kansas. 2.Ability/experience of the vendor and their key personnel, who would be critical to project's success, as they apply directly to meeting the tasks listed under the Capability Coverage section. 3.Experience and capabilities should be based on the past three (3) years. ADMINISTRATIVE All interested parties should submit the capability statement to the Fort Riley Contracting Office. A proposed price is not required or requested under this Request for Information. A company must identify its business size status and applicable NAICS code(s) in the capability statement. Capability statements are required to be received electronically via email to lesa.m.crockett.civ@mail.mil Subject: Request for Information Substation, no later than 22 February 2013 at 3:00 p.m. Central Standard Time. Responses received after this deadline will not be reviewed. Fort Riley's primary point of contact is the Contract Specialist, Ms. Lesa Crockett, who can be reached via e-mail at lesa.crockett@us.army.mil. The Fort Riley is not seeking or accepting unsolicited proposals. Since this RFI is for information and planning purposes, no evaluation letters or results will be issued to respondents. (Note: Fort Riley will not pay any costs associated with this effort) RESPONSES All interested firms with 335311 as an approved NAICS for code have until 22 February 2013 at 3:00pm, Central Standard Time to submit the following information: The purpose of this RFI is to identify companies that can meet the challenges above. Name, Address (to include city, state, and zip code), and website of your Firm - Point of Contact Name - Point of Contact Phone Number/Cell Number - Point of Contact Email Address - Business Size, to include designation as HUB Zone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and large business. - Bonding capability-both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity. - Evidence of capabilities to perform comparable work, in the area of transformer/substation construction, on three (3) recent projects (not more than three (3) years old). Include the project name and description of the key/salient features of the project, completion date, the total contract value, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation. - Firm's capability to perform, to include surveys, engineering, design, labor, equipment, materials, and transportation to perform all required work in accordance with this RFI. Place of Performance: US Fort Riley, Kansas 66503 Point of Contact: lesa.m.crockett.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc3b7368ed2a2ff2c3e4e532c7418135)
 
Place of Performance
Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN02985593-W 20130214/130212234510-bc3b7368ed2a2ff2c3e4e532c7418135 (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.