Search Contract Opportunities

Chief Joseph Dam 480V Station Service Upgrade   4

ID: W912DW22R0006 • Type: Presolicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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The above-mentioned equipment is original to the plant and is outdated, meaning replacement parts are difficult to obtain.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.

Overview

Response Deadline
June 2, 2022, 1:00 p.m. EDT Past Due
Posted
May 18, 2022, 2:00 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Bridgeport, WA 98813 USA
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Odds of Award
85%
Signs of Shaping
80% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/18/22 USACE Seattle District issued Presolicitation W912DW22R0006 for Chief Joseph Dam 480V Station Service Upgrade due 6/2/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237130 (SBA Size Standard $45 Million) and PSC Y1KA.
Primary Contact
Name
Gregory Cook   Profile
Phone
(206) 764-6692

Documents

Posted documents for Presolicitation W912DW22R0006

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DW22R0006

Award Notifications

Agency published notification of awards for Presolicitation W912DW22R0006

Contract Awards

Prime contracts awarded through Presolicitation W912DW22R0006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DW22R0006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DW22R0006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT SEATTLE
FPDS Organization Code
2100-W912DW
Source Organization Code
100221304
Last Updated
June 17, 2022
Last Updated By
gregory.a.cook@usace.army.mil
Archive Date
June 18, 2022