Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2023 SAM #7822
SOURCES SOUGHT

99 -- Replacement of Fish Deterrent Light System, Richard B. Russell Dam(RBR), Elberton, Georgia

Notice Date
4/26/2023 9:40:49 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN23S5011
 
Response Due
5/9/2023 10:00:00 AM
 
Point of Contact
Rohan Bryan, Phone: 9126525619, Glenda Canty, Phone: 9126525030
 
E-Mail Address
rohan.a.bryan@usace.army.mil, glenda.a.canty@usace.army.mil
(rohan.a.bryan@usace.army.mil, glenda.a.canty@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Savannah District Corps of Engineers is requesting information regarding the market capabilities of potential contractors that can perform replacement of Fish Deterrent Light System.� This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Savannah District is issuing the sources sought as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for civil works construction. The result of this market research will contribute to determining the method of procurement. Applicable NAICs codes are 237130 and 237990 with a size standard of 45 Million. The potential magnitude for this requirement is over $500,000.00. Inquiries will only be accepted via email to Contract Specialist, Mr. Rohan Bryan at rohan.a.bryan@usace.army.mil, please CC the Contracting Officer, Mrs. Glenda Canty at�glenda.a.canty@usace.army.mil. The attached request for information sheets should be completed and sybmitted no later than May 9, 2023 at 1:00 pm. Eastern. This is not a solicitation. This posting is a Sources Sought Notice only. Work may include but not limited to the following: � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Statement of Work Richard B. Russell Dam and Powerhouse (RBR) currently has Fish Deterrent System (FDS) lights on the South Carolina (SC) Bank that are on rough terrain and hard to service. The scope of work involves replacement of the existing lighting poles and luminaires with tubular steel poles, or mono-poles, with climbing pegs and LED luminaires to alleviate maintenance issues. The FDS lighting is an environmental requirement for pump operations at RBR. Pump operation at RBR is restricted from one hour after sunset to one hour before sunrise daily. This project will have to be completed during non-pumping periods for Richard B. Russell Powerplant. No pumping usually occurs during April of each year except for times of extreme drought conditions. If this construction is being performed during months when pumping is required, the lighting will have to be restored for operation each night. There are 26, anodized, 14-foot aluminum poles, spaced approximately 40 ft apart, that are mounted on cylindrical concrete piers imbedded in the rock terrain on the SC side of the river channel. There are two floodlights mounted on a �bull-horn� bracket on each pole-top tenon. Light poles are numbered 1-26 with Pole 1 being the closest to the dam and Pole 26 being the farthest. These 26 poles�and 52 luminaires shall be replaced. The SC Bank Fishing Jetty lighting poles farther downstream shall be existing to remain. Each floodlight is a 400-watt, high-pressure sodium (HPS) lamped luminaire. See sheet E-4 for NEMA type beam spread of existing luminaires and existing lamp characteristics. The present control system is a remote/automatic selectable configuration with manual control selection in the automatic control mode. The remote-control scheme allows the Powerplant operator to control the lights from the operator�s console. The automatic-control scheme uses an astronomical clock controller to control with lights. The astronomical controller has a manual override control that allows turning the lights on manually. The existing controls for the FDS lighting will remain as constructed and configured. Three branch circuits supply power to the 52 luminaires, but a fourth branch circuit is strung along with the other three circuits to supply power to pole[1]mounted luminaires at the SC Bank Fishing Jetty. The existing branch circuit wiring from the load-side of the lighting contactors to the luminaire poles is (#8 AL) triplex. Cord whips from the branch circuit conductors to the luminaires is (#12/3) Type SO rubber-covered cable. All foundations are in good condition and suitable for reuse. Pole 15 was leaning but the foundation appeared sound. Site access is only possible via boat. The site includes 26 light poles mounted on concrete foundations spaced approximately 40� apart along the South Carolina bank of the Savannah River downstream from the Richard B Russell Dam. The area between the poles and the river consists of a shear rock ledge, and thus inaccessible by personnel and equipment without the use of a boat and a ladder to act as a �gangway�. The area behind the poles consists of a steep grade with heavy vegetation. It should be assumed by bidders that each pole must be approached by boat individually. The existing terrain will only allow work to be accomplished in the immediate vicinity of each pole. Work must be performed around the dam�s generation and pumping schedule. There is a buoy line stretching across the river which cannot be crossed during generation times. The buoy line is located approximately 900� from the dam. Six light poles are located within the restricted area created by the buoy line, and one�is located directly on the line (the buoy line cable is attached to it�s base). When power is being generated by the dam, this area must be cleared of personnel and equipment. The dam�s power generation schedule must be coordinated with construction activities. The buoy line cannot be removed to allow access. There are several spots in which the cable sags in the water. These sections of cable can be traversed by boat with the motor trimmed up. Contractor should plan to utilize this method to cross the buoy line. Pumping is most often done at night when power cost is low. For pumping to occur 70% of the Fish Deterrent Lights are required to be operational. Bidders shall maintain this requirement at the end of each day as to not interrupt the dam�s operation. Once per year there is a period, often in April except for times of extreme drought, pumping is ceased to allow for fish spawning. Contractor shall assume pumping to occur throughout the year but be aware this time could be utilized for work with close coordination with dam operations. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. 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 shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. If you are interested in this project and/or your organization has the potential capacity to perform these services, please submit the following to the Point of Contacts (POC) information listed below: 1. Name and Address of your Firm 2. Point of Contact (name/phone/email) 3. Company website 4. Unique Entity ID (UEI) number� 5. Commercial and Government Entity (CAGE) code (http://www.dlis.dla.mil/cage_welcome.asp) 6. Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman- Owned Business, and Large Business. The Government must be able to verify SBA certification of HUBZone, 8(a), and SDB via the System for Award Management (SAM) (http://www.beta.sam.gov/) 7. Bonding Capability for your firm in terms of single and aggregated bonding 8. Capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86fa56cf086a44f3a20bee21430fd6aa/view)
 
Place of Performance
Address: Elberton, GA, USA
Country: USA
 
Record
SN06663803-F 20230428/230426230112 (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.