Search Contract Opportunities

Little Goose DC System and LV Switchgear Upgrades   4

ID: W912EF22R0001 • Type: Presolicitation
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

Posted: July 28, 2022, 12:16 p.m. EDT

The U.S. Army Corps of Engineers (USACE) Walla Walla District intends to issue a construction solicitation for a project titled Little Goose DC System and LV Switchgear Upgrades. The work will take place at Little Goose Dam in Columbia County, Washington.

This project will upgrade the Direct Current Systems and Low Voltage Switchgear at Little Goose. The upgrade will improve reliability and align the projects with the Regional Station Service Design Philosophy.

Significant features of the upgrades include:

Replacement of the SQ switchgear and associated transformers for SQO, SQ1, and SQ2

Replacement of unit MCCs SU1 SU6

Replacement of MCCs & panels CQO1-CQO5, FCQ1, and FCQ2

Replacement of battery chargers

Replacement of DC main distribution board SB 1-5

Replacement of SH switchgear

Reconfiguration of the DC & Preferred AC system one-line

Improvements to the battery room:

-battery monitoring system

-smoke detector

-hydrogen gas detector

-battery room differential pressure gage

-emergency shower and eyewash water flow detector

-fire door and frame

-firestopping

-fire dampers

-replace existing battery room exhaust fan

-replacement of the eye wash and shower station

-eye wash and shower station drainage

-removal of existing concrete pedestals

-battery leakage containment system

-design of new battery racks that facilitate removal and replacement of batteries

-battery spill containment

-epoxy floor coating

-overhead or other lifting mechanism to facilitate removal and replacement of batteries

-new lighting

Provide new permanent load bank for battery capacity testing

All feeder cables will be replaced for new switchgear and MCCs

Replacement of motors and starters for governor oil pumps

Removal of concrete battery pads for 48V and 130V DC batteries; the new batteries will have a standard 8-hour capacity.

TECHNICAL EXPERIENCE REQUIREMENTS

a) Installation of low voltage switchgear components and motor control centers

b) Installation of 125VDC equipment including chargers, switchboards and panelboards

c) Post-installation testing and commissioning of equipment

The solicitation will be issued as a Best Value Trade-Off (BVTO) Request for Proposals (RFP) and result in a single firm fixed-price construction contract. This procurement is unrestricted. Competition is open to both large and small business concerns. A small business subcontracting plan is required for large business. 100% performance and payment bonds will be required for this project. The NAICS code for this procurement is 238210 Electrical Contractors and Other Wiring Installation Contractors. The small business size standard is $16.5 million. The magnitude of construction is estimated to be between $10,000,000 and $25,000,000.

The solicitation will be made available for download on the sam.gov Contract Opportunities website. Offerors are responsible for checking the referenced page for any updates to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. Proposals will be due approximately 30 days after the solicitation is posted. The exact proposal due date will be indicated in the solicitation.

System for Award Management (SAM): Offerors must register in the SAM at https://sam.gov/content/home prior to receiving an award.

Point of contact for this procurement is David Boone, Contract Specialist at 509.527.7227 or david.c.boone@usace.army.mil.

THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRE-SOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.

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 of 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 required to perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures. Prior to commencing on-site work, the contractor will be required to complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control.

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.

Posted: June 9, 2022, 2:00 p.m. EDT
Posted: June 9, 2022, 1:57 p.m. EDT

Overview

Response Deadline
None
Posted
June 9, 2022, 1:57 p.m. EDT (updated: July 28, 2022, 12:16 p.m. EDT)
Set Aside
None
Place of Performance
Starbuck, WA 99359 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Odds of Award
90%
On 6/9/22 USACE Walla Walla District issued Presolicitation W912EF22R0001 for Little Goose DC System and LV Switchgear Upgrades. The opportunity was issued full & open with NAICS 238210 and PSC Z2KA.
Primary Contact
Name
David Boone   Profile
Phone
(509) 527-7227

Documents

Posted documents for Presolicitation W912EF22R0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912EF22R0001

Award Notifications

Agency published notification of awards for Presolicitation W912EF22R0001

Contract Awards

Prime contracts awarded through Presolicitation W912EF22R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912EF22R0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912EF22R0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT WALLA WAL
FPDS Organization Code
2100-W912EF
Source Organization Code
100255267
Last Updated
Aug. 31, 2022
Last Updated By
david.c.boone@usace.army.mil
Archive Date
Aug. 31, 2022