SOURCES SOUGHT
Y -- Libby Dam DC Boards and Breakers
- Notice Date
- 5/20/2021 4:05:06 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW21X0I35
- Response Due
- 6/8/2021 7:00:00 AM
- Archive Date
- 06/23/2021
- Point of Contact
- Alex R. Marcinkiewicz
- E-Mail Address
-
alex.marcinkiewcz@usace.army.mil
(alex.marcinkiewcz@usace.army.mil)
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT and is for informational and market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The proposed action will be a construction project with a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned�Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 237990, PSC code Y1PZ, and Small Business Size Standard $39.5 million. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on Beta.Sam.Gov. Responses to this announcement are not an adequate response to any future solicitation announcement. PROJECT DETAILS: Libby Dam DC Boards and Breakers, Libby, MT. � The Seattle District, U.S. Army Corps of Engineers proposes to construct upgrades to Libby Dam DC Boards and Breakers. Libby Dam was completed in 1973 with various replacements and upgrades to the electrical system occurring since then. The existing DC and Preferred AC architecture consists of 125VDC, 24/48VDC, and critical 120VAC systems. These existing systems provide power to loads that are crucial for the project�s operation but lack equipment redundancy. The current system has multiple single points of failure that would affect the plants generation and safety. Furthermore, the equipment is unable to be taken down for maintenance, causing plant personnel and contractors to perform work on energized equipment. The major features of work include but are not limited to: 125VDC System - existing battery switchboard replacement with two redundant battery switchboards, battery chargers will be replaced with higher capacity chargers (400A) and the 125VDC load centers will be replaced. 24/48VDC System - removal and replacement of the switchboard with an enclosure to house the 125V main battery breaker and load bank connection. Preferred AC System - inverter will be replaced, and a redundant one will be added.� Manual bypass switches are to be added to bypass the inverters. CHO will be removed and replaced with two new redundant switchboards.� A redundant bypass transformer and two external manual bypass switches will be added.� AC load panels will be replaced and an additional panel will be added. A UPS system will also be added to provide Dam preferred AC. Battery Room Modification - new pre-fabricated, nonstructural wall, installation of a fireproof door, new ductwork in the battery room to meet ventilation requirements and new spot AC system to meet charger and inverter heat loads in equipment room Expected magnitude of construction is between $1 million and $5 million. � REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and DUNS number. 3. Firm's interest in bidding on the solicitation if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, Other Than Small Business (Large Business). 5. Firm's joint venture information (if applicable). 6. Bonding information: ��� a. Single bond ��� b. Aggregate ��� All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement. Submit responses to: Alex Marcinkiewicz, Contract Specialist, via email: alex.r.marcinkiewicz@usace.army.mil. Responses should be sent as soon as possible, but not later than 10:00 AM PT, 08 June 2021. All interested firms must be registered in the System for Award Management (www.SAM.gov) and remain active for the duration of the contract to be eligible for Government contracts.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/265da9c1aa7c4c2b905100e0432d4bf4/view)
- Record
- SN06009224-F 20210522/210521201534 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |