Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2018 FBO #5907
SOLICITATION NOTICE

Z -- Ice Harbor Station Service Transformers Replacement

Notice Date
1/23/2018
 
Notice Type
Presolicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF18R0012
 
Archive Date
4/7/2018
 
Point of Contact
Hillary A. Morgan, Phone: 5095277214
 
E-Mail Address
hillary.a.morgan@usace.army.mil
(hillary.a.morgan@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Supply with Construction Installation: Ice Harbor Station Service Transformers Replacement The work described herein involves the replacement of two station service transformers at the Ice Harbor Lock and Dam. The contractor will be responsible for removal of existing transformers, design and fabrication of two replacement transformers, installation of two station service transformers at the Ice Harbor Lock and Dam, and provide on-site customer operations and maintenance training by authorized representatives of the new equipment manufacturers. Replacement transformers will be with 5000/6250kVA, mineral oil-immersed transformers with On-Load Tap Changers on the secondary side. Transformer TJO is a Class I air cooled, 15kV/4160V transformer that will utilize the existing 5kV and 15kV bus duct. Transformer TWO is a Class II air cooled, 115kV/4160 that will utilize the existing 5kV bus duct. The North American Industry Classification System (NAICS) code for this project is 335311, Power, Distribution and Specialty Transformer Manufacturing and the associated small business size standard is 750 employees. The contract requires completion of all work (supply and construction efforts) within approximately 425 days after Notice of Award. Competition for this solicitation is set-aside for small businesses. Solicitation number W912EF18R0012 will be posted to the Federal Business Opportunities (FBO) website on or about 21 February 2018. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. Place of Performance is at the Ice Harbor Dam located near the town of Burbank, Washington, within Walla Walla County, Washington. A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM-385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will required the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5 years of experience in construction safety on similar projects, shall have completed the 30-hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled, "Construction Quality Management for Contractors, within the last 5-years. The Contractor will be required to use the Government-furnished Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. Important Note: The FBO response date listed elsewhere in this synopsis is for the FedBizOpps archive purposes only. It has no relationship to the actual proposal submission date. The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via FedBizOpps.gov or https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. 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 solicitation, you MUST log in to FedBizOpps.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 FedBizOpps.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Hillary.A.Morgan@usace.army.mil and Phyllis.L.Buerstatte@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18R0012/listing.html)
 
Place of Performance
Address: Ice Harbor Lock and Dam, 2763 Monument Drive, Burbank, Washington, 99323, United States
Zip Code: 99323
 
Record
SN04797479-W 20180125/180123231629-ddc6c4a29e50263edc45b2f2523c28a9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.