SOURCES SOUGHT
61 -- Colebrook Dam Electrical Upgrades
- Notice Date
- 12/21/2017
- 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, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ18X0015
- Archive Date
- 1/30/2018
- Point of Contact
- Lennie K. Mattis, Phone: 9783188938
- E-Mail Address
-
lennie.k.mattis@usace.army.mil
(lennie.k.mattis@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, New England District, is issuing a Sources Sought Announcement for the Upgrades to the Electrical System project at the Colebrook Dam, located in Colebrook Connecticut to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns as described below. The NAICS code for this procurement is 238210. The project is planned to be issued on or about June 2018. The project will occur in the summer/fall of 2018 and is expected to take about three months, including submittal approval. The estimated construction cost is between $100,000 and $250,000.00. The Colebrook Dam is located on the West Branch of the Farmington River in Colebrook, Connecticut, and is part of a network of flood control dams on tributaries of the Connecticut River. Construction of the dam was started in May 1965 and completed in June 1969. The dam has substantially reduced flooding along the main stem and West Branch of the Farmington River and downstream flooding along the Connecticut River. The dam has an existing power entrance at the gate tower that is antiquated. Additionally, the electrical distribution system at the service shed is unnecessarily complicated. This project consists of the following components: -Replace the existing pad-mounted transformer at the entrance to the service bridge with a new pad-mounted transformer in the same location, using the same concrete pad. Transformer is a medium-voltage transformer. -Replace the feeder from the above transformer to the dam tower. This will involve pulling wire through the ground for about 20 feet from the transformer to the end of the service bridge where it starts at the dam crest road, and then pulling wire through the suspended metal conduit that is currently emplaced underneath the service bridge. No new metal conduit will be required. -Replace the electrical breaker panels inside the tower. -Install a manual transfer switch (also called a "double throw safety switch") inside the tower. -Install a generator start button inside the tower. Additionally, the Government anticipates including a Definitive Responsibility Criterion (DRC) for this future solicitation. The DRC requirement means that if the apparent low bidder cannot meet this requirement, then the award would shift to the next lowest bidder who can substantiate this experience. This experience documentation would be not be requested until award is made. The Definitive Responsibility Criterion would consist of: "Interested firms should be able to provide a copy of a current E-1 (Unlimited electrical contractor's) license from the State of Connecticut." Firms may use subcontractors to meet this Criterion. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and experience in performing the work components stated above. Please include at least two specific examples of the firm's experience performing the work requirements stated above. The projects must have been performed within the last five years. Please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications, if subcontractors are planned to be used. Proof of bonding capability is required. Also, please include a copy of the E-1 License from the State of CT as noted above. Responses are due January 15, 2018. Responses should be sent by email to, Mr. Lennie K. Mattis( Lennie.K.Mattis@usace.army.mil ). Responses are limited to twenty pages. Interested firms shall provide the above documentation by email. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ18X0015/listing.html)
- Place of Performance
- Address: Colebrook River Lake Dam, P.O. Box 58, Riverton, Connecticut, 06065, United States
- Zip Code: 06065
- Zip Code: 06065
- Record
- SN04774577-W 20171223/171221231913-5bf06621adcb1132d085090af7ad2c68 (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 |