SOURCES SOUGHT
Z -- R/P SHORE TIES & INSTALL ISO XFMRS AT US COAST GUARD BASE PORTSMOUTH, VA
- Notice Date
- 9/21/2015
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, Ohio, 44199-2060, United States
- ZIP Code
- 44199-2060
- Solicitation Number
- HSCG83-16-B-PCR001
- Archive Date
- 11/18/2015
- Point of Contact
- Verona M. Wolfe, Phone: 216-902-6265
- E-Mail Address
-
Verona.m.wolfe@USCG.mil
(Verona.m.wolfe@USCG.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to identify firms capable of performing R/P Shoreties and Install ISA XFMRS at USCG Base Portsmouth, Portsmouth, VA. Major work items include: North & South Shore; Demolish existing enclosures PD4 and PD5 that currently feed the shore tie receptacles. Provide and install new a new 400A, 480Y/277V, 25KAIC panelboard to replace PD4 and a second on to replace PD5, fed from the existing conductors. Provide and install new isolation transformers to feed the new shore tie receptacles. Provide and install an enclosed circuit breaker with shunt trip downstream of each isolation transformer. Provide and install a NEMA 4X enclosure adjacent to each enclosed circuit breaker containing a surge protective device, a phase loss monitor to shunt trip the breaker in the event of a phase loss, and a power meter for each receptacle. Provide and install new stainless steel power mound enclosures. Provide and install new power conductors in the existing underground conduits to the new power mound enclosure receptacles. The existing telephone, CATV, and other telecommunications cabling shall be reconnected to the new Power Mound enclosure devices. Insulation resistance monitors shall be installed at the shore tie receptacles in the Power Mound enclosure to monitor underground conductors etc. North & South Pier; Provide and install new isolation transformers to feed the new shore tie receptacles. Provide and install new conductors and conduits from the new breakers in switchboards 11 and 11A to the isolation transformers. Provide and install an enclosed circuit breaker with shunt trip downstream of each isolation transformer. Provide and install a NEMA 4X enclosure adjacent to each enclosed circuit breaker containing a surge protective device, a phase loss monitor to shunt trip the breaker in the event of a phase loss, and a power meter for each receptacle. Provide and install new stainless steel power mound enclosures. Provide and install new power conductors from the enclosed circuit breakers to the new power mound enclosure receptacles and etc. The procurement estimate is between $1 Million and $5 Million. The NAICS for this project is 237130 with a Small Business Size Standard of $33.5M. At a minimum, the prime contractor will be required to perform 15 percent of the cost of the contract with its own employees (not including cost of materials). Vendors interested in performing this requirement are invited to provide the following information to USCG CEU Cleveland no later than September 28, 2015. The information may be submitted via email to the Contract Specialist at Verona.m.wolfe@uscg.mil or faxed to 216-902-6278. Responses shall include the following information: Reference number HSCG83-16-B-PCR001, company name, address, Dun and Bradstreet number, point of contact, phone number, email address; and, the following information (items (a) through (f)). Your response shall include the following information and be in sufficient detail for a determination to be made regarding the type of set-aside for this procurement: (a) A positive statement of your intent to submit a bid on this solicitation as a prime contractor. (b) A statement identifying your certified small business size status (Small, 8(a), HUBZone, VOSB, SDVOSB, disadvantaged, women-owned) (c) Evidence of experience in work similar in type and scope, to include contract numbers, project titles, dates work performed, dollar amounts, points of contact and telephone numbers. (d) Statement that your firm has/has not previously performed work under this NAICS as a prime contractor. (e) Provide evidence of bonding capability to the maximum magnitude on the project to include both single and aggregate totals. (f) State the number and occupations of employees in your firm. NO TELEPHONE OR WRITTEN REQUESTS FOR SOLICITATIONS OR POSTING STATUS. When available, and if competed, the resultant pre-solicitation notice and solicitation will be posted at this website. The type of set-aside will be stated in these postings. This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a), or any other set-aside arrangement as deemed appropriate for this procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUC/HSCG83-16-B-PCR001/listing.html)
- Place of Performance
- Address: 4000 Coast Guard Blvd., Portsmouth, Virginia, 23703, United States
- Zip Code: 23703
- Zip Code: 23703
- Record
- SN03895651-W 20150923/150921235048-2e8ffe7de52edadea6784b70e23d47ce (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 |