SOLICITATION NOTICE
Y -- Chief Joseph Dam 480V Station Service Upgrade
- Notice Date
- 5/18/2022 11:00:02 AM
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW22R0006
- Response Due
- 6/2/2022 10:00:00 AM
- Point of Contact
- Gregory Cook, Phone: 2067646692
- E-Mail Address
-
Gregory.A.Cook@usace.army.mil
(Gregory.A.Cook@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing to the Point of Contact(s) indicated below. Construction Project: The magnitude of construction is estimated to be between $5,000,000 and $10,000,000. The resulting contract will be firm-fixed-price. Project Details: FY22 Chief Joseph Dam (CJD) 480V Station Service Upgrade Chief Joseph Dam is located on the Columbia River and houses 27 hydroelectric generators with a total generating capacity of 2620 MW, the largest in the USACE hydropower fleet. The 480V station service system provides power for auxiliary equipment required to run each generating unit properly including governor oil pumps and turbine bearing oil pumps. Each unit has an associated switchgear and/or motor control center (MCC) that is used to supply their respective auxiliary loads. Since the generators were installed at different times, the power distribution configurations vary depending on the units under observation. Unit 1- 16 auxiliary loads are fed from motor control centers SU1-SU4 installed in the 1950�s. The configurations are described as follows for SU1-4: � SU1 � Units 1-4 � SU2 � Units 5-8 � SU3 � Units 9-12 � SU4 � Units 13-16 The above-mentioned equipment is original to the plant and is outdated, meaning replacement parts are difficult to obtain. SU1-SU4 have interconnections to provide a backfeed for each center, but they do not provide full redundancy, meaning multiple units could go offline if a fault occurs. Arc flash incident energy is high on equipment buses, and mitigation techniques (such as maintenance modes) are nonexistent. The purpose of the project is to replace the existing switchgear, MCCs and associated transformers. The new equipment will include modern circuit breakers. A new SCADA system will enable operation of power circuit breakers and status monitoring (open, closed, trip) of main and tie breakers for SU1-SU4 from the Control Room HMI. Local control panels will provide the similar functionality for all power circuit breakers at the switchgear/MCCs, but outside of the defined arc flash boundary. All new 4160/480 V service transformers will be delta-wye with secondary windings that have high resistance grounding (HRG) systems equipped with alarms in case of single line to ground faults on the 480V side. Two service transformers will be provided for SU1-4 to ensure the equipment remains operational in case one transformer is offline. The 480V station service upgrade scope of work includes: SU1-SU4 Replacement Replacement of SU1-SU4 motor control centers with electrically operated main and tie air circuit breakers with automatic transfer scheme and redundant 500 kVA transformer in different locations (one close coupled) Provision of additional feeders from SP switchgear spare breakers and modification to existing digital relays. Installation of standalone SCADA system and remote control/status HMI in control room. Separation of 120 VAC and 125 VDC circuits will be accomplished by relocating lighting panels and TRU lighting transformers in existing equipment to wall-mounted locations Replacement of downstream 480V motor control centers CQ13, CQ23, CQ33, CQ43 that service GSU transformer and unit auxiliary loads Local control panel and HMI that will provide control and indication status of each main/tie breaker for each SU, and remote control from HMI in control room. When available, see the solicitation for details about proposal submission. The North American Industry Classification System (NAICS) code for this project is 237130- Power and Communication Line and Related Structures Construction and the associated small business size standard is $39,500,000 in average annual receipts. �The solicitation will be a 100% small business set aside. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. 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 notice, you must log in to www.SAM.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 www.SAM.gov. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/17b22d4820784f8f9eb1be2ee99d90ef/view)
- Place of Performance
- Address: Bridgeport, WA 98813, USA
- Zip Code: 98813
- Country: USA
- Zip Code: 98813
- Record
- SN06330921-F 20220520/220518230058 (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 |