SOURCES SOUGHT
Z -- LGA Powerhouse Controls Room Upgrade & Annunciation
- Notice Date
- 2/29/2024 11:43:13 AM
- 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
- W912EF24RSS18
- Response Due
- 3/7/2024 2:00:00 PM
- Archive Date
- 03/22/2024
- Point of Contact
- LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802, Chandra D. Crow, Phone: 5095277202
- E-Mail Address
-
leanne.r.walling@usace.army.mil, chandra.d.crow@usace.army.mil
(leanne.r.walling@usace.army.mil, chandra.d.crow@usace.army.mil)
- Description
- 2/29//2024: Clarifications: SER = ""Sequence Event Recorder"" S-Boards = ""Switch-Boards"" ____________________________________________________________________________________________ Little Goose Powerhouse Controls Room Upgrade & Annunciation� Sources Sought Notice: W912EF24RSS18 The US Army Corps of Engineers, Walla Walla District is seeking interested offerors for construction project entitled: Little Goose Powerhouse Controls Room Upgraded & Annunciation. The construction will occur at Little Goose Dam and will be a firm fixed price contract. The magnitude of construction is estimated to be between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) code for this project is 238210 Electrical Contractors and other Wiring Installation and the associated small business size standard is $19,000,000. Performance and payment bonds will be required. 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, performance period, 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 Unique Entity Identification (UEI) number. Submit this information to LeAnne Walling, Contract Specialist, via email to leanne.r.walling@usace.army.mil and chandra.d.crow@usace.army.mil.� Your response to this notice must be received on or before 3:00 p.m. (PST) on March 7, 2024 Summary of Scope of Work: The contractor shall provide electrical equipment/components and wiring to support the Operation, Monitoring and Control of the Little Goose Powerhouse.� The following systems shall be upgraded with new electrical equipment/components and associated conductors:� Annunciation and SER {Sequeance Event Recorder} (Combine SER and annunciation systems and configure/provide HMIs for control interfaces): PLCs and all associated I/O and wiring are to be installed. HMIs are to be installed in the control room, at each S-board {Switch-Boards}, and at the station service panels. Station Service (Provide new PLC equipment consistent with the powerhouse that has full indication and control of 4160V SS breakers and the powerhouse diesel generator): PLCs and all associated I/O and wiring are to be installed. HMIs are to be installed near the diesel generator and at the control room. Digital SCC (Create a fully functional digital SCC using the existing digital governor PLC/HMI): New hardwired points and/or communication points are to be brought into the governor. S-Boards (Refurbishment): Demo of the wiring, meters, indicators, and all other equipment to be replaced. New panels, wiring, and all associated equipment are to be installed. The contractor shall address the need for an elevated floor within the Control Room to allow for new wiring installation under the elevated floor and new consoles. The contractor shall demo the existing Control Room ceiling tiles, light fixtures and ceiling HVAC diffusers and provide new: ceiling tiles, light fixtures, and ceiling HVAC diffusers.��� Anticipated Solicitation Date is Early May 2024. Anticipated Award date is Late August 2024. 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. 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 As-Built Drawings. �����������������������������������������������������������������������������������������������������������������������������
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4b0888e0fbe242fbbe598c281c243473/view)
- Place of Performance
- Address: Dayton, WA 99328, USA
- Zip Code: 99328
- Country: USA
- Zip Code: 99328
- Record
- SN06982450-F 20240302/240229230107 (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 |