Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2017 FBO #5692
SOLICITATION NOTICE

Z -- Repair and Upgrade 69 KV Substation

Notice Date
6/22/2017
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-17-B-0007
 
Point of Contact
Robert D. Wenner, Phone: 7177703159
 
E-Mail Address
robert.wennerjr@dla.mil
(robert.wennerjr@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work: Repairs and Upgrades to 69 KV Substation, DLA Distribution Susquehanna, PA (DDSP), New Cumberland PA 17070. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize themselves with the conditions existing there. Failure on the part of the contractor to acquaint themselves with the site conditions will not be sufficient reason for any increase in contract price. Summary of Work: Contractor to provide all necessary labor, material and/or equipment to perform all work associated with the following tasks, but is not intended to be limited to these tasks alone: • Remove (3) existing power fuses and (3) existing surge arresters associated with the primary feed to the Red Circuit substation transformer at the Installation's 69KV Substation. • Furnish and install new structural steel framing and associated foundations to support the new electrical equipment. Furnish new 69KV air break switch and install on new structure. • Furnish new 69KV power fuses and surge arresters and install on new structural steel framing and associated foundations constructed to support the new equipment. The 69KV fuses associated with the new power fuse assembly are to be Government Furnished, Contractor Installed. • The Contractor shall provide soil remediation (compaction grouting) to address the continued differential settlement being experienced by the existing substation equipment. The base bid shall include direct and indirect work regarding the following: Installation of 3" ID grout pipe in 151 holes with a total grout pipe length estimated at 5,800 LF. Inject grout in 151 holes with a total grout volume estimated at 220 cubic yards. • The Contractor shall also provide a per unit cost to furnish and install up to 1,450 additional linear feet of 3" ID grout pipe as described above. • The Contractor shall also provide a per unit cost to furnish and install up to 55 additional cubic yards of compaction grout as described above. • The Contractor shall furnish and install temporary power sources for any/all of the (3) 15KV circuits originating at the substation that will be de-energized for more than 8 continuous hours in order to complete the above scope of work. Please note that, unless directed otherwise, interruption(s) to electric service are to occur on Sundays to minimize impact on existing operations. Refer to Specification Section 01 14 00 for additional information regarding work restrictions and work outside of regular hours. All work shall be performed complete and in accordance with the specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 300 calendar days from receipt of the NTP. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 237130. The small business size standard is $36,500,000. The magnitude of this construction effort is between $500,000 and $1,000,000. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-17-B-0007 for the above stated requirement is on or around July 7, 2017. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Robert Wenner at Robert.wennerjr@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective bidders are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. A bidder must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award. Note: Funds are currently not available, however the Government anticipates funding will be available by the submission deadline for bids.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-17-B-0007/listing.html)
 
Place of Performance
Address: DLA Distribution, Acquisition Operations, 430 Mifflin Ave, Suite 3102, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN04554418-W 20170624/170622235121-9b4ad1d2a6303797aba5236ed7ffb7eb (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.