SOURCES SOUGHT
99 -- Fort Peck Powerhouse 1 Cubicle Room 15kV Switchgear Replacement Project
- Notice Date
- 3/26/2025 9:04:27 AM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F25SC008
- Response Due
- 4/8/2025 12:00:00 PM
- Archive Date
- 04/23/2025
- Point of Contact
- Margarette Wolfe, Daniel D. Monahan
- E-Mail Address
-
Margarette.E.Wolfe@usace.army.mil, daniel.d.monahan@usace.army.mil
(Margarette.E.Wolfe@usace.army.mil, daniel.d.monahan@usace.army.mil)
- Description
- Sources Sought Response Form Fort Peck Powerhouse 1 Cubicle Room 15kV Switchgear Replacement Project by the Omaha District. W9128F25SC008 Purpose: By way of this Market Survey/Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable business firms that are engaged in providing the services described hereunder. The responses to this notice will be used for market research and acquisition planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Therefore, this notice does not constitute a Pre-Solicitation Notice of solicitation issuance, Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the government to contract for any supply or service. Response to this Sources Sought Notice is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Intent: The U.S. Army Corps of Engineers (USACE), Omaha District (NWO), of The Northwestern Division intends to pursue award of a construction contract to upgrade the Powerhouse 1 15kV Switchgear the Fort Peck Dam Power Plant in Montana. The solicitation is proposed to be advertised under 237130 - Power and Communication Line and Related Structures Construction. This sources sought constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of interested contractors that are capable of providing services listed under NAICS code 237130 specifically for this type of project. This sources sought notice is also to determine contractors� capabilities in providing services within Omaha District area of responsibility (AOR). All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Small Businesses are reminded under FAR 52.219-14(e)(1), Limitations on Subcontracting (Services), at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response to this sources sought notice. SCOPE OF SERVICES The Fort Peck power plant has a series of 15kV class breakers that act as the generator breakers connecting the 3 generators in powerhouse 1 to the eastern and western power grids. Even through the breakers operate at 13.8kV their unique configuration requires switching orders from the transmission authority. Under the scope of this sources sought the 10 breaker cubicles and all associated buswork and equipment would be removed and replaced. This equipment will be replaced with 5 new breakers in the cubical rooms with associated equipment housed in additional cubicles. An additional 6 outdoor rated breakers will be installed in the switchyard. It is noted that the outage of the cubical room will be under tight time constraints given the support the power plant provides to the western power grid. The complete 15 kV switchgear system will include: Metal-clad 15kV switchgear and breakers with instrumentation transformers (current and rack-out potential transformers). This includes 3 generator breakers and 2 tie breakers with associated bus work. 15kV outdoor circuit breakers with instrumentation transformers, 15kV disconnect switches and interconnecting 15kV aluminum bus system. Power, protection, control, and annunciation cabling between switchgear and control room. Control board modifications of the mimic bus, metering equipment and control switches. Revisions to existing protective relaying and synchronization scheme. 15kV Bus differential protection. New 15kV, 4000A cable bus to connect the 15kV switchgear in Cubicle Room to the new 15kV breakers in the switchyard. New feeders from the new 15kV breakers in the switchyard to transformers KX5A, KV7A, KZ2A, KY4A and the new reactors. The KV7A feeder is required to be installed in a 15kV air rated underground tray system. The scope will also include the installation of two new 15kV, 12MVA reactors banks. These banks will be connected to outdoor 15kV switchgear. They will be providing MVAR support to the transmission systems off the tertiary of the 115kV/230kV KV7A Autotransformer. Additionally, the scope incudes the replacement of the cable trays in the cable tunnel, the replacement in kind of the lighting distribution panelboards and dry-type transformers in the switchyard, the installation of warning lights at the three entrance points to the Cubicle Room, and an evaluation of the existing lighting system in the Cubicle Room. PLACE OF PERFORMANCE Fort Peck Dam Project 215 Yellowstone Road Fort Peck, Montana 59223 McCone County All work must be performed within USACE guidance and in accordance with local, State and Federal requirements. In accordance with FAR 4.1102 Policy, offerors and quoters are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. (See SAM website at www.sam.gov). In accordance with FAR 36.204(h) the magnitude of this project is expected to be more than $10,000,000. SUBMISSIONS Capabilities package/submission form must be received no later than 2:00pm Central Standard Time on 08 Apr 2025. Any information submitted is voluntary. This sources sought notice is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via SAM.gov for any resultant or future solicitation package(s) that may be issued. All interested, capable, qualified, and responsive contractors under NAICS code 237130 are encouraged to reply to this request. Responses are requested only from: POTENTIAL PRIME CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $10,000,000. Submissions shall be no longer than 12 pages. Email responses are required. Please e-mail responses to margarette.e.wolfe@usace.army.mil. Small business questions can be sent to cenwo-sb@usace.army.mil Responses must include in the subject line: Response to Sources Sought Notice W9128F25SC008. Responses to this sources sought are voluntary. However, if you choose to participate the only acceptable form of submission is via email. THIS NOTICE DOES NOT CONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. Submission Details Company Name Street Address City State Zip Code Web Site URL Point of Contact Phone # E-mail Cage Code Unique Entity Identifier (UEI) Has your company performed work for the Federal Government under a different name or Cage Code, or as a member of a Joint Venture (JV)? If yes, you may provide an explanation below (optional). Is your company currently registered in System of Award Management? Provide your company's North American Industry Classification System (NAICS) code(s): State whether your firm is classified by the Small Business Administration as any of the following: Small Business Small Disadvantaged Business Service-Disabled Veteran-Owned Small Business (SDVOSB) Section 8(a) Women Owned Small Business (WOSB) HUB Zone Historically Black Colleges and Universities/Minority Institutions None of the above Has your firm performed at least two (2) contracts of a similar scope, size and complexity within the past 8 years? If yes, please provide supporting documentation. While not all projects will include every aspect of the scope, the government is looking to ensure prospective contractors have experience with the listed features along with the overall scope and complexity. It is requested that documentation demonstrate the different aspects of the job including the indoor and outdoor switchgear, reactor work, interconnecting bus work, 15kV underground tray (air rated if possible) along with other aspects of control and instrumentation as describing in the scope provided above. This project requires that all work inside the cubicle room be completed simultaneously during a full Powerhouse 1 outage. Due to the need to shut down all energy production in Powerhouse 1, the project will follow a fixed, accelerated schedule from September 15 to November 15. Is your firm capable and willing to complete the work within this timeframe? If yes, please provide a summary of how your company will ensure the project is completed within this timeline along with an example of how your company has faced challenges of similar time constraints. Due to the risks associated with the fixed, accelerated schedule and the estimated daily loss of $5,800 in power generation from having three units down simultaneously, the government has decided to impose liquidated damages of $5,000 per day. Is your company willing and able to accept the risks associated with the increased Liquidated Damages? Is your firm capable to perform a contract of this magnitude and complexity? What is your company's estimated lead time for the delivery of equipment as described in the scope of this project? Additionally, please provide an estimated timeline for the installation, including the total duration required to complete the project. In addition to the above, the Government requests comments from interested parties to the following questions: Would your firm be interested in submitting a proposal considering the anticipated scope of services? Would your firm be interested and capable of performing services for projects located within Omaha Districts AOR? What is the minimum and maximum dollar value project which your firm would routinely consider submitting a proposal for? How many task orders/projects does your firm routinely perform and manage concurrently? Provide comments, or identify any concerns, your company has regarding the planned solicitation below. Note: The Government will not be responding to questions about the proposed solicitation at this time. Your responses and comments will be used by Government personnel to assess the viability and scope of the proposed solicitation and will be kept in strictest confidence.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/232262976ee244e8b7506163d3af4ce9/view)
- Place of Performance
- Address: Fort Peck, MT 59223, USA
- Zip Code: 59223
- Country: USA
- Zip Code: 59223
- Record
- SN07387708-F 20250328/250326230101 (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 |