Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2023 SAM #7724
SOLICITATION NOTICE

H -- Olmsted Locks and Dam Electrical Power Evaluation

Notice Date
1/18/2023 7:50:38 AM
 
Notice Type
Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR23Q0014
 
Response Due
1/23/2023 9:00:00 AM
 
Archive Date
02/07/2023
 
Point of Contact
Alex Hamilton
 
E-Mail Address
alex.j.hamilton@usace.army.mil
(alex.j.hamilton@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The contractor shall supply all personnel (field service engineer, technician, and/or electrician) and equipment necessary to test equipment, inspect visually and mechanically, and electrically test electrical equipment up to 4160v at Olmsted Locks and Dam, as specified in the Statement of Work contained herein. Location: ��������������� U.S. Army Corps of Engineers � � � � � � � � Olmsted Locks and Dam ��������������� 634 New Dam Road ��������������� Olmsted, IL 62970 ��������������� 618-748-6402 This procurement is 100% set-aside for Small Business, NAICS 238210 Electrical Contractors and Other Wiring Installation Contractors (Size Standard $16,500,000). Method of Payment under this contract will be Electronic Funds Transfer (EFT) to a commercial bank account specified by the Contractor. One award will be made from this Solicitation. Contractor shall provide Arc Flash Training Certificates for all onsite employees for review prior to the lockout tagout review. The contract award will be based on Lowest Price to the Government, and result in a Firm Fixed Price contract. Quotes are due no later than 19 January 2023, at 12:00 PM Eastern Time. Please submit quotes to alex.j.hamilton@usace.army.mil. Fax submittals will not be accepted. In addition to the completed price breakout schedule, the Offeror must complete their Representations and Certifications located in this Request For Quote (RFQ). Questions for this RFQ shall be emailed to Alex Hamilton at alex.j.hamilton@usace.army.mil NLT 13 January 2023 at 12:00 PM Eastern Time. Questions received and answers to those questions will be posted in the Description section of the SAM.gov contract opportunity. Completion Date: Work under this contract will begin within 10 calendar days of receiving award and complete within 90 calendar days after receiving award. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to submitting a quote. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. ALERT: Effective June 29, 2018 vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov). PLEASE NOTE: SAM is completely free of charge for both registrants and users. All inquiries and correspondence concerning this solicitation shall be directed to the email listed above. AMENDMENT 00001**************************************************************** SUMMARY OF CHANGES � a) The Statement of Work has been revised and is hereby replaced in its entirety; all changes have been marked as AMDT 0001 and are highlighted yellow. b) Site Overview and breaker photos are hereby incorporated. c) The quote submission date has changed from 12:00 PM ET on 19 January 2023 to 12:00 PM ET on 23 January 2023. d) All questions concerning this solicitation shall be directed to Alex Hamilton at alex.j.hamilton@usace.army.mil e) All Amendments must be acknowledged. f) All other terms and conditions remain unchanged. Quotes are due no later than 12:00 PM Eastern on 23 January 2023. Submit your quote by email to Alex J. Hamilton at alex.j.hamilton@usace.army.mil� Quotes not received by the stated date/time will not be considered. (End of Summary of Changes) CONTRACTOR�S INQUIRIES: INQUIRY #1: How much of the equipment will we have access to & at what time (day shift or night shift)?� USACE RESPONSE (Inquiry #1): USACE support will be from 0600 � 1600 CST Monday through Thursday. Work will be scheduled when the dam is down and lock is inoperable to not impact river navigation.� Field portion of work is expected to take less than 4 days, and all efforts shall be made to minimize the outage time.� INQUIRY #2: How spread out is the equipment from each other (for manpower support reasons)? USACE RESPONSE (Inquiry #2): Map is provided with the SOW.� INQUIRY #3: What type of 480v circuit breaker AND trip unit type (preferably a picture of both?) USACE RESPONSE (Inquiry #3): Photos provided with the SOW. INQUIRY #4: In the USACE Support section of the RFP, it states there are 3 -4160/480v Xfmrs and 3- Disconnects BUT it has only 2 on the List of equipment. Please confirm actual number.� USACE RESPONSE (Inquiry #4): Two (2) is correct.� SOW is revised.� INQUIRY #5: We need a definitive answer if the 12.47Kv/ 4160 Xfmr has an LTC. It calls out for winding resistance test on every LTC tap on the low side USACE RESPONSE (Inquiry #5): Transformer was determined to not be a Load Tap Changing, it has fixed taps.� SOW is revised.� INQUIRY #6: What is the phasing plan for shutdowns in order to complete the inspection work and over how many days will that take place.� USACE RESPONSE (Inquiry #6): Work will progress from the 12,470V and 4160V equipment at the service mount and then proceed to the bridge and control structure.� Field portion of work is expected to take less than 4 days, and all efforts shall be made to minimize the outage time.� ***************************************************************AMENDMENT 0001
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f8acae494f9495b85820e6cf159e59a/view)
 
Place of Performance
Address: Olmsted, IL 62970, USA
Zip Code: 62970
Country: USA
 
Record
SN06566505-F 20230120/230118230105 (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.