SOLICITATION NOTICE
Y -- Chief Joseph Dam Isophase Powerbus Units 1-16
- Notice Date
- 12/21/2023 2:01:26 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW24R0021
- Response Due
- 2/18/2024 12:00:00 PM
- Archive Date
- 03/04/2024
- Point of Contact
- Monique Paano
- E-Mail Address
-
monique.a.paano@usace.army.mil
(monique.a.paano@usace.army.mil)
- Description
- UPDATE 12/21/2023 The site visit is tentatively scheduled for 1 Feb 2024.� In order to attend the site visit, all interested offerors MUST submit the �Site Visit Security Information � Request for Attendance� form attached to this announcement. �Due to the time required to process, Foreign Nationals must submit the form no later than noon on 29 Dec 2023.� U.S. Citizens shall submit the form no later than noon on 15 Jan 2024.� Late respondents, those not pre-registered, or those not providing the correct information will not be granted access to the site.� Participation is limited to two representatives from each interested entity.� Site visit date may be subject to change.� POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Monique Paano at email: Monique.a.paano@usace.army.mil. �Please no phone calls. �All questions must be submitted in writing to the above point-of-contact. FOR INFORMATION ONLY:� This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. �All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing via email to Monique Paano at the email indicated above. OVERVIEW: �This a combination of replacement and refurbishment of the isolated phase buses that support generating units 1-16 at the Chief Joseph Dam (CJD) in Bridgeport, WA. �The scope of this Contract covers the following: 1. Replacement of outdoor sections of the isolated phase bus. The 7000A sections of the bus for Transformer Banks T1 will be replaced with 8000A sections. The work must include: a. Demolition of all existing bus work b. Installation of new bus work c. Perform all associated field-testing including torque hardware, digital low resistance measurements at each connection, and hi-pot testing 2. Replacement of outdoor sections of the isolated phase bus. The 4000 amperes outdoor sections for T1-T4 will be replaced with 4500 amperes sections. The work must include: a. Demolition of all existing bus work b. Demolition of all existing steel supports c. Installation of new bus work including new supporting structure d. Perform all associated field-testing including torque hardware, digital low resistance measurements at each connection, and hi-pot testing e. Provide new transformer compartments designed with removable covers and low point drains f. Provide new flexible bellows g. Provide new wall seal assemblies and through-bushings 3. Refurbishment of the iso-phase bus for Units 1-16, not replaced under this contract. The work must include: a. Cleaning and testing of all insulators b. Replacement of damaged insulators; if any insulators show signs of voltage tracking, determine the cause of tracking, correct the cause of tracking and replace all insulators showing tracking. c. Replacement of all gaskets and bellows d. Replacement of all steel isolation material between bus housing and support e. Replacement of all of seal-off bushings� f. Complete cleaning of the bus and the inside and outside of the bus housing g. Replacement of adapter bars as required h. Replacement of flexible links i. Splice locations disassembly, check silver plate and re-silver the plate, re-assemble j. Perform all associated field-testing including torque hardware, digital low resistance measurements at each connection, and hi-pot testing� k. Bring bus support system up to current seismic standards, either by replacing supports with new or analyzing existing supports and rehabilitating as necessary. This includes steel supports and associated concrete anchors. l. Touch up with paint all areas that need to be repainted. 4. Provide the iso-phase bus manufacturer's field engineering services on site to oversee installation of the new iso-phase bus. 5. Provide as-constructed contract drawings and as-constructed shop drawings, as indicated. 6. Provide Operations and Maintenance instructions on the new iso-phase bus.� The magnitude of construction is estimated to be between $10,000,000 and $25,000,000. The resulting contract will be Firm Fixed-Price. Solicitation number W912DW24R0021 will be posted to the sam.gov website on or about 20 December 2023. The Government intends to solicit this requirement as a Request for Proposals. �See the solicitation for details about proposal submission. �The NAICS code for this procurement is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $45,000,000 in average annual receipts. �The solicitation will be issued as Unrestricted. A site visit will be offered approximately 3 weeks after the solicitation is made available via sam.gov. �Refer to the solicitation for details regarding the site visit.� The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the SAM website at www.sam.gov and PIEE website at https://piee.eb.mil under the subject solicitation number. �NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. �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 notice, you must log in to www.sam.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 sam.gov. The sam.gov Response Date listed elsewhere in this synopsis is for SAM archive purposes only. �It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. �All new contracts can be made ONLY to contractors who are registered in SAM. �This requirement applies to all DoD contract awards. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/de5895188a4e4d309c52547bec35662a/view)
- Place of Performance
- Address: Bridgeport, WA 98813, USA
- Zip Code: 98813
- Country: USA
- Zip Code: 98813
- Record
- SN06919748-F 20231223/231221230047 (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 |