SOURCES SOUGHT
Z -- Ice Harbor Dam Powerhouse Energy Imbalance Market Generation Metering Additions
- Notice Date
- 1/12/2023 12:29:24 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF23RSS03
- Response Due
- 1/26/2023 2:00:00 PM
- Point of Contact
- Nathan Bruce, Phone: 5095277224
- E-Mail Address
-
Nathan.I.Bruce@usace.army.mil
(Nathan.I.Bruce@usace.army.mil)
- Description
- The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: �Ice Harbor Dam Powerhouse Energy Imbalance Market Generation Metering Additions. The work is located at Ice Harbor Lock & Dam in Burbank, WA. This will be a firm-fixed-price construction contract. The magnitude of construction is estimated to be between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) code for this project is 238210 and the associated small business size standard is $16,500,000.00.� This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.� A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work.� For each project submitted, provide a brief narrative statement of the work involved, your firm�s role in the project, the dollar value and the completion date.� Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference. Provide a statement of your firm�s business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.� Provide a statement that your firm intends to submit an offer on the project when it is advertised. Provide a statement of your firm�s bonding capacity.� A statement from your surety is NOT required. Cage Code and DUNS number. Option: Provide feedback on long lead time items for mechanical or electrical equipment that have been encountered on similar projects. Submit this information to Nathan Bruce, Contract Specialist, via email to Nathan.I.Bruce@usace.army.mil. �Your response to this notice must be received on or before 2:00 PM on January 23, 2023. Summary of Scope of Work: Ice Harbor has six main power generating units in the powerhouse. There is a transformer canyon located adjacent to the main powerhouse that consists of all the electrical equipment to deliver the generated power to the electrical grid including step up transformers, surge protective devices, disconnect switches, and SF6 gas breakers. There are three outgoing 115 kilovolt (KV) power lines that exit the transformer canyon to the power grid. This project will install bi-directional, automatic generation control (AGC) metering at all three outgoing 115 KV lines. This new metering will produce data that captures the power output levels and send 5-minute metering data via MV90 cellular modems. These metering enhancements will result in the integration of fully functional data, metering, and control systems that comply with the California Independent System Operator (CAISO) partnering agreement and will provide better control of minimum generation reserves and better reliability. Significant features of the upgrades include: Installing new high accuracy rated current transformers in the transformer canyon (115 kilovolt (kV) side of Ice Harbor Dam) Run new conductors from the 115 kV CTs and voltage transformers (VTs) to the newly installed metering equipment Install new SEL metering equipment in room 411 of the powerhouse fourth floor Installing a new structural platform for the new CTs to sit on 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 require 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 and a project specific Fall Protection Plan that comply with EM 385-1-1.� 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� 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. A qualified Fall Protection Competent Person shall be provided by the Contractor for each shift of the contractor�s on-site operations that involves work that exposes workers to fall hazards. This contract will require the Contractor to furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. The Contractor will be responsible for various equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. 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 Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period.� QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network.� The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of Record Drawings to the customer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ba71673ee28b4ca6bec3b2b1982da8e7/view)
- Place of Performance
- Address: Burbank, WA 99323, USA
- Zip Code: 99323
- Country: USA
- Zip Code: 99323
- Record
- SN06563511-F 20230114/230112230112 (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 |