Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2018 FBO #5969
MODIFICATION

Z -- Ice Harbor Surge Arrester and 115kV Disconnect - Solicitation 1

Notice Date
3/26/2018
 
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
W912EF18R0004
 
Archive Date
5/10/2018
 
Point of Contact
Cynthia Jacobsen, Phone: 509-527-7203
 
E-Mail Address
cynthia.h.jacobsen@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Plans for W912EF18R0004 Specifications for W912EF18R0004 Solicitation W912EF18R0004 This is now a solicitation-see attached documents Synopsis: Solicitation No. W912EF18R0004 will be posted to the FBO website on or about mid to late January 2018. Solicitation is advertised as Unrestricted (Originally posted incorrectly as Small Business Set Aside). The solicitation is a Request for Proposal. The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. The construction magnitude is estimated between $1,000,000 and $5,000,000. 100% performance and payment bonds will be required. NAICS code for this project is 238210. Summary of Work Manually-operated line disconnect switches and their respective ground switches will be replaced with new motor-operated disconnect switches and new motor-operated ground switches of the same ratings. A new 125VDC circuit will be extended to each new pair of disconnect/ground switch motor operators from the main unit auxiliary panels in the generator bays. Remote control of these line disconnect switches and grounding switches will be provided in the Control Room in a new control panel. Three sets of bus potential transformers (PT's) for the BPA lines will be replaced with new PT's of the same class and ratings, including replacing their existing wiring to the SCR boards in the Control Room. Three sets of surge arresters for the BPA lines are to be provided and connected to the 115kV bus sections, including Contractor-designed support structures for mounting the arresters on the Transformer Deck. Modifications must be provided to one of the 115kV bus sections involving cutting out segments of the 3" tubular aluminum bus and fitting them with straight tube-to-tube connectors for reinstallation after sectionalizing switch has been replaced. This is to provide a present and future means to isolate a switch for replacement and maintenance while leaving Line 1 and station service energized. All new switch motor-operators are to be operable from the switch operator as well as remotely operable from a new remote control panel to be provided in the Control Room SO5 board, including indication of switch position. Ground switches and line switches will be mechanically interlocked at the switch operators and at the remote control panel to prevent accidental grounding of an energized line. All new power and control circuits for the new switch operators will be run in a new 9" cable trough to be provided in the Cable Gallery, running from Unit 6 to the Cable Spread Room. General Contract Requirements Complete all on-site work within a finite work windows constrained to August 2018 through December 2018. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It does not necessarily reflect the actual bid opening date. The bid opening 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 5 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 cynthia.h.jacobsen@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. 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/W912EF18R0004/listing.html)
 
Place of Performance
Address: Ice Harbor Dam, 2763 Monument Dr., Burbank, Washington, 99323, United States
Zip Code: 99323
 
Record
SN04866344-W 20180328/180326230921-4a0ee4d22fc4d078c836326905daf8e7 (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.