SOURCES SOUGHT
Z -- Remove and Install GSU Transformers, Bus and Switchgear
- Notice Date
- 1/24/2018
- 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, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV18R0022
- Point of Contact
- Nathan Kloeckler, Phone: 9186697657
- E-Mail Address
-
Nathan.R.Kloeckler@usace.army.mil
(Nathan.R.Kloeckler@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Remove and Install GSU Transformers, Bus and Switchgear Denison Powerhouse This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a contract for removal and installation of Generator Step Up Transformer (GSU) transformers, bus and switchgear at Denison Powerhouse in Denison, TX. Proposed project will be a competitive, firm-fixed price, construction contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business. Small business, Section 8(a), HUBZone, SDVOSB and EDWOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of providing the labor, equipment, and materials to to remove the existing single phase GSU transformers, the 15 kV switchgear for units 1 and 2, the iso-phase bus between the generator and the transformers, make connections to the new three phase gas insulated transformers, install new segregated phase bus, install new non-segregated phase bus, install new 15 kV switchgear, provide new controls and relaying, furnishing new control room switchboard panels, furnish and install new motor control centers, and all the necessary auxiliary and ancillary equipment and systems required necessary to install the equipment at the Denison Powerhouse to make it fully operational. The work includes electrical work and related work including, but not limited to, the following: a. Remove and dispose of seven (7) single phase GSU transformers (2 three phase transformer banks and 1 spare) including oil, piping, cabling and conduit, equipment no longer to be used and the disconnection from the overhead transmission line. b. Remove and dispose of the two 15 kV switchgear lineups (unit 1 and unit 2) including the cable and conduit no longer to be used. c. Remove and dispose of the existing iso-phase bus for units 1 and 2 to include the sections from the generator to the switchgear and from the switchgear to the six GSU transformers. d. Remove insulating oil from the existing "clean" and "dirty" insulating oil storage tanks and clean the tanks. e. Remove the existing oil filled transformer nitrogen piping, fire suppression deluge piping, oil piping systems, and their support structures. f. Design, manufacturer, test and deliver FOB Denison Powerhouse two new switchgear assemblies with all breakers and auxiliary equipment. g. Design, manufacturer, test and deliver FOB Denison new segregated bus for connection between the generator main leads and the new 15 kV switchgear and non-segregated bus for connection of the new switchgear to the new GSU transformers. h. Connect the power and control cables and conduits to the new Gas Insulated Transformers T1 and T2 on Denison Powerhouse tailrace deck. Connect the cable from the new high voltage transformer bushings to the overhead transmission lines. i. Remove existing surge arresters and brackets and provide and install new mounting brackets and new surge arresters on the high voltage side of the new transformers. j. Install, level, and test new 15 kV switchgear for units 1 (SJ1) and 2 (SJ2) including all cable and conduit connections to make the equipment fully operational both locally and remotely as well as connection of the 15 kV cable connections to the existing excitation system transformers and the existing station service transformer. k. Install, adjust, level, and test new segregated phase bus from the new 15 kV switchgear to the existing generator main leads including the modification of the generator main leads to connect the new bus at the generator main floor to make it fully operational. l. Install, adjust, level, and test new non-segregated phase bus from the new 15 kV switchgear to the new GSU transformers low voltage bushings to make it fully operational. m. Furnish, install, and test the new 480 VAC-120/208 VAC Power center. n. Furnish, install, and test two new motor control centers to supply power to powerhouse auxiliary systems to include programming internally mounted PLC. o. Furnish and install new grounding conductors to new equipment. p. Layout, manufacturer, wire, test and deliver FOB Denison two new control room main board rear panels for replacement of the the existing transformer relay panels with new digital transformer relays. Panels to be installed by others based on Contractor provided installation wiring drawings. q. Install all new wire, cables and raceway required to connect the new equipment and make it fully operational including remote operation, alarm and indication. Cables going to control room to be installed by Contractor but terminated on control room end by others. r. Furnish and install all new raceways as required to install the new equipment including supports. s. Furnish as-constructed drawings. t. Furnish the services of manufacturer erecting engineers to supervise, direct the installation, and test the switchgear, bus, and motor control centers. u. Perform field acceptance testing and commissioning in coordination with the field engineer for the new transformer. V. Replace the neutral current transformers on each of the main unit generators. w. As a an option provide industrial hygienist to perform asbestos survey and test suspected materials. x. As an option remove and dispose of asbestos containing materials including all containment, packaging, and disposal costs. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000. Estimated duration of the project is [1095] calendar days. The North American Industry Classification System code for this procurement is 238210-ELECTRICAL CONTRACTORS AND OTHER WIRING INSTALLATION CONTRACTORS which has a small business size standard of $15M. The Federal Supply Code is Z2MD-REPAIR OR ALTERATION OF EPG FACILITIES - HYDRO Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 25% of the cost of the contract, not including the cost of materials, with their own employees for specialty construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 30 April 2016, and the estimated proposal due date will be on or about 30 July 2016. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: At least one project must be a relevant construction, design-build project associated with 35mva 100kV power transformers,15 kV switchgear and bus with a minimum cost of $5,000,000 performed as the prime. The other two projects may be design/build or construction services projects performed as the prime or subcontractor that demonstrates knowledge and past experience relating to the varying types of work described above. Submit only current and past project and client information that is no more than 5 years previous. Include a brief description and identify the capacity the firm worked on the project, the contract type (list "by task order" if IDIQ), contract or task order value, percent complete or date completed, name and title of customer point of contact and point of contact current phone number. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm's shall respond to this Sources Sought Synopsis no later than Feb 6, 2018. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Nathan Kloeckler at Nathan.R.Kloeckler@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0022/listing.html)
- Place of Performance
- Address: Denison, Denison, Texas, United States
- Record
- SN04798190-W 20180126/180124231217-76678253e4707a8bf17946e720509539 (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 |