MODIFICATION
Z -- Lower Snake River Dams XJ Breaker Replacement
- Notice Date
- 1/29/2018
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF18R0005
- Archive Date
- 4/18/2018
- Point of Contact
- Hillary A. Morgan, Phone: 5095277214
- E-Mail Address
-
hillary.a.morgan@usace.army.mil
(hillary.a.morgan@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The work described herein involves the replacement of the existing 13.8 kV circuit breakers that feed the Station Service switchgear at Ice Harbor, Lower Monumental, Little Goose and Lower Granite. The circuit breakers are original equipment and are nearing end of life. The Station Service feeder breakers are a key element of the Station Service power system at each of the projects. The circuit breakers are the upstream Over Current Protection Device (OCPD) for the Station Service Switchgear. The North American Industry Classification System (NAICS) code for this work is 238210, Electrical Contractors and Other Wiring Installation Contractors and the associated small business size standard is $15,000,000.00. The magnitude of construction is estimated to be between $1,000,000 and $5,000,000. The performance period is anticipated to be two years, with work being performed at two dams per year. Competition for this solicitation is unrestricted. Solicitation number W912EF18R005 will be posted to the Federal Business Opportunities (FBO) website on or about 01 March 2018. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. This project includes the replacement and installation of 13.8kV 1200A vacuum circuit breakers and control wiring as well as the purchase of at least one (1) spare breaker per location. Tasks to be performed under this contract include installation, field testing, commissioning, and any related construction to repair or replace the existing housing. Each location will receive different quantities of breakers based on existing requirements. Provide on-site customer operations and maintenance training by authorized representatives of the new equipment manufacturers. Place of Performance is at the Ice Harbor Dam located near the town of Burbank, Washington, within Walla Walla County, Washington; Lower Monumental Dam located near the town of Kahlotus, Washington within Franklin County, Washington; Little Goose Dam located near the town of Starbuck, Washington within Columbia County, Washington; Lower Granite Dam located near the town of Pomeroy, Washington within Garfield County, Washington. A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM-385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will required the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5 years of experience in construction safety on similar projects, shall have completed the 30-hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will required the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled, "Construction Quality Management for Contractors, within the last 5-years. The Contractor will be required to use the Government-furnished Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. Important Note: The FBO response date listed elsewhere in this synopsis is for the FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via FedBizOpps.gov or 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(s) 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. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 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 they were legally admitted into the United States and have 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 Hillary.A.Morgan@usace.army.mil and Phyllis.L.Buerstatte@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18R0005/listing.html)
- Record
- SN04803077-W 20180131/180129231343-448dbc9c8f422153e7d973667d536f26 (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 |