SOURCES SOUGHT
H -- LMA Isolated Phase Bus System Assessment
- Notice Date
- 5/4/2018
- Notice Type
- Sources Sought
- 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
- W912EF18RSS31
- Archive Date
- 6/2/2018
- Point of Contact
- LeAnne R. Walling, Phone: 5095277230
- E-Mail Address
-
leanne.r.walling@usace.army.mil
(leanne.r.walling@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Lower Monumental Isolated Phase Bus System Assessment Source Sought Notice: W912EF-18-R-SS31 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for an assessment of an Isolated Phase Bus System. The work is located at Lower Monumental Dam in Pasco Washington. This will be a firm-fixed-price service contract. The North American Industry Classification System (NAICS) code for this project is 238210 and the associated small business size standard is $36.5M. Notice of Award is anticipated on or about June 2018. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement for small business concerns. A) A list of no more than five current projects at least 50% physically complete or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B) A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference. C) Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F) Cage Code and DUNS number. Submit this information to LeAnne Walling, Contract Specialist, via email to Leanne.r.walling@usace.army.mil. Your response to this notice must be received on or before 2:00 PM on Friday, May 18, 2018. Summary of Scope of Work: The Iso-Phase bus and enclosure systems shall receive a full assessment and a set of routine tests, defined in IEEE C37.23, as practical and applicable. The test requirement constitute a minimum and do not preclude the contractor from performing other standard tests. The non-continuous enclosure system is experiencing, in the area of the 1979 modification, a section of high heat and circulating currents on the bus enclosure and on adjacent bus supports. This section shall be thoroughly inspected and corrective actions defined. Electrical Scope of Work: Inspections A. The iso-phase bus and enclosure assessment shall be an inspection of both bus types from the generators to a demarcation point, below the weather exposed bus enclosures, that shall in-clude: a. All taped and/or gasketed covers, hatches, joints and sections. b. All standoff and through bushings. c. All connecting hardware and support structures. d. All bus enclosure bonding and grounding connections. e. All phase bus connections (welded and bolted). f. The iso-phase bus. g. The iso-phase enclosures h. Deviations from original designs i. The 1979 phase rotation bus modification Methods used to identify the condition assessment shall include but, are not limited to: a. Bore scoping of bus and enclosure. b. Visual inspection. c. High potential testing of bus. d. Documenting all areas needing corrective action shall be submitted in writing and documented on as-built iso-phase system project drawings. e. Contractor shall submit a list of all hardware and corrective actions required to restore bus and enclosure to optimal design function, per IEEE C37.23, Standard for Metal-Enclosed Bus. f. Submission of a complete final report, post inspection, shall include overall system condition assessment and inspection results, with recommended corrective actions. Contracting Office Address: Attn: CENWW-CT / 201 North 3rd Avenue / Walla Walla, Washington 99362-1876 Place of Performance: USACE - Lower Monumental Dam /5520 Devils Canyon Rd/ Kahlotus, WA / 99335 Primary Point of Contact: LeAnne Walling / Contract Specialist /leanne.r.walling@usace.army.mil / Phone: 509-527-7230
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18RSS31/listing.html)
- Place of Performance
- Address: 5520 Devils Canyon Rd, Kahlotus, Washington, 99335, United States
- Zip Code: 99335
- Zip Code: 99335
- Record
- SN04911515-W 20180506/180504230625-e5f2bc6806091e9e93ffb4dce55fc8f4 (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 |