Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2021 SAM #7316
SOURCES SOUGHT

Z -- Electrical Distribution System, Meck Island, U.S. Army Garrison � Kwajalein Atoll, Republic of the Marshall Islands

Notice Date
12/10/2021 5:57:42 PM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT HAWAII FORT SHAFTER HI 96858-5440 USA
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-22-Z-0008
 
Response Due
1/5/2022 4:00:00 PM
 
Archive Date
09/30/2022
 
Point of Contact
Amanda Zawieruszynski, Tracy Tenholder, Phone: 8088354382
 
E-Mail Address
amanda.zawieruszynski@usace.army.mil, Tracy.N.Tenholder@usace.army.mil
(amanda.zawieruszynski@usace.army.mil, Tracy.N.Tenholder@usace.army.mil)
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). �This announcement is for information and planning purposes only and is not to be constructed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. �THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential Design-Build Construction for the Replacement of the 4,160 V Medium Voltage (MV) Electrical Distribution System located at Meck Island, U.S. Army Garrison � Kwajalein Atoll, Republic of the Marshall Islands.� Power is currently distributed to the island from the building B5020 main switchgear at 4,160 V via underground feeders. Much of the existing distribution infrastructure and electrical equipment are at end of life and in need of replacement. This project includes all labor, materials, and equipment required to construct and commission the new system and demolish, remove, and dispose existing facilities and equipment as indicated in the contract documents.� This firm-fixed price, design-build (DB) project includes all work required to procure, construct, test, commission, and turn over to operations the Meck Island distribution system.� The Base scope includes all work to remove and provide the existing Meck Island MV network including but not limited to: ��� �All work required to demolish, remove and provide, test, and commission existing primary and secondary electrical distribution equipment at B5030, B5040, B5041, B5065, B5070, B5080, B5095, B5102, B5128 as indicated in the contract documents ��� �Procure, deliver, install, test, and commission a new main distribution switchgear system (PDC) ��� �Procure, deliver, install, test, and commission new breakers, enclosures, and supporting equipment to extend the B5030 switchgear bus, adding two breaker sections ��� �Provide new feeders and supporting infrastructure to connect the B5030 paralleling switchgear lineup to the new PDC as shown in the contract documents.� ��� �Demolish and dispose of the existing B5020 switchgear and enclosure ��� �Remove and dispose existing HVPS 1 and HVPS 2 feeders.� ��� �Remove existing, dispose, and provide new Tech 1, Tech 2, and Area Utility feeders.� ��� �Provide new ductbanks as indicted in the contract documents ��� �Remove existing and provide new feeders (MICB 1, MICB 2) servicing the existing B5050 SWGR #1. ��� �Provide all labor, materials, and equipment required to remove existing primary feeders from SWGR #1, field determine routing into the existing SWGR #1, and terminate / test / and energize new feeders into existing the B5050 SWGR #1 with feed from the Contractor provided PDC. � ��� �Under the Base Bid, install fiber optic cable and 2� conduit between the PDC and JCI microgrid controller as indicated on TN501, TN504, and TN601. � ��� �Modify MGC specification to include serial protocol configuration for the required meters, fiber to serial convertors and MGC configuration changes to map the new meter communications. �Decommission the meter configurations in the MGC for the B5020 switchgear. ��� �Provide the balance of communications conduits connecting to new load substations with pull strings to support future fiber optic cable installation. ��� �Provide the PDC in a with all protective relays and meter connected to the signal marshalling cabinet shown on sheets TN504 and TN505. �Communications protocol configurations for the protective relays and meters supporting these IP connections will not be done. ��� �Provide networking equipment as indicated on sheets TN504 and TN505. �Network equipment configurations will be default factory settings. � ��� �Provide bulk fuel system monitoring, PA, and Dedicated Communications systems as indicated in the contract documents. �The bulk fuel system monitoring will be SCADA ready, but will not communicate with a SCADA system or operator interface. The Contractor shall provide sufficient excess cable length to connect the replacement MICB 1 and MICB 2 feeder cables to the replacement B5050 substation described in the Optional work without additional splicing. The scope of Optional work includes all labor, materials, and equipment to remove and provide, dispose, and commission the B5050 primary and secondary electrical distribution system as indicated in the contract documents including, but not limited to: ��� �Remove existing primary and secondary substation and distribution equipment from the B5050 Main Electrical Room as indicated in the contract documents ��� �Procure, deliver, install, test, and commission the replacement B5050 primary and secondary substation equipment as indicated in the contract documents ��� �Connect the replacement B5050 primary substation to the new feeders provided under the base bid as indicated in the contract documents ��� �Integrate the B5050 primary substation into the SCADA system provided under the Option 1 ��� �Provide SCADA hardware, communications media, equipment, testing, and commissioning as indicated on sheets EI501, T-101, TN503, TN507, TN508, TN602 and in the design technical specifications as required to deliver a complete and useable SCADA system. ��� �Integrate the existing MGC Ethernet network with the new SCADA Ethernet network providing a MGC gateway to pass information to the SCADA system. ��� �Provide MGC configuration changes to support the new IP meter communications and SCADA gateway. Project magnitude is between $25,000,000 and $100,000,000. �� Project Location is Meck Island, U.S. Army Garrison � Kwajalein Atoll, Republic of the Marshall Islands Interested PRIME CONTRACTORS shall submit the following: (1)�� �Your intent to submit a proposal for this project when it is formally advertised. (2)�� �Name of firm with address, phone, and point of contact. (3)�� �DUNS/CAGE code, registered in System for Award Management (SAM) at www.sam.gov (4)�� �Size of Firm (Large or Small), to include category of small business, Service-Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Business (WOSB). (5)�� �Bonding capability for single contract action in the magnitude of this project/ (6)�� �Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. The SOC should be no more than two pages in length. (7)�� �PROJECT LABOR AGREEMENT MARKET SURVEY: 1) Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. � 2) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? �If so, please elaborate and provide supporting documentation where possible.� �3) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? �If so, please elaborate and provide supporting documentation where possible.� �4) Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.� �5) Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.� �6) Identify any additional information you believe should be considered on the use of a PLA on the referenced project.� �7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project.� �(ii) The information gathered in this exercise should include the following information on projects completed in the last 2-5 years:� �1) Project Name and Location� ��� � 2) Detailed Project Description� �3) Initial Cost Estimate vs. Actual Final Cost� �4) Was the project completed on time?� �5) Number of craft trades present on the project� �6) Was a PLA used?� ��� � 7) Were there any challenges experienced during the project? Responses to this announcement will be used by Government to make appropriate acquisition decisions. �NO SOLICITATION IS CURRENTLY AVAILABLE. �It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method acquisition.� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9720d03d177f44bcad4e0636801df671/view)
 
Place of Performance
Address: MHL
Country: MHL
 
Record
SN06196019-F 20211212/211210230112 (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 |
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.