Search Contract Opportunities

Wolf Creek GSU Replacement   6

ID: W912P524R0004 • Type: Solicitation • Match:  95%
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
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Dec. 4, 2024, 12:33 p.m. EST

Amendment 0005: The purpose of Amendment 0005 is to:

1) Update Section C of the Solicitation to clarify the Supply and Construction CLINs.

2) Update FAR Provision 52.252-3, Alterations in Solicitation.

The deadline for receipt of proposals is not extended and remains 11 December 2024 at 2:00PM Central Time.

************************************************************************

AMENDMENT 0004: The purpose of Amendment 0004 is to:

1) Provide updated Technical Specifications, Updated Price Breakout Schedule, and revise the fill-in information for FAR Clause 52.246-18, Warranty of Supplies of a Complex Nature.

2) Provide updated Wage Determinations.

3) Extend the deadline for receipt of proposals from 04 December 2024 to 11 December 2024 at 2:00PM Central Time.

4) Update FAR Provision 52.252-3, Alterations in Solicitation.

***********************************************************************

AMENDMENT 0003: The purpose of Amendment 0003 is to:

1) Provide updated Technical Plans and Specifications, the physical site visit sign-in sheet, and revise the fill-in information for FAR Clause 52.228-1 to be consistent with the Instructions to Offerors.

2) Provide Government answers to questions received from Industry.

3) Update FAR Provision 52.252-3, Alterations in Solicitaiton.

****************************************************************************

AMENDMENT 0002: The purpose of Amendment 0002 is to:

1) Provide Site VIsit Information. A site walk will occur on Wednesday, 9 October 2024 at 10:00AM Central Time.

2) Incorporate FAR 52.236-27, Site Visit (Construction) - Alternate I by Full Text.

3) The deadline for receipt of questions in Projnet Bidder Inquiry has been extended to 11 October 2024.

4) Update FAR Provision 52.252-3, Alterations in Solicitation.

Site Visit Information: Participants MUST register to attend the upcoming site visit by submitting a Secuirty Form (Either the U.S. Citizen or Foregin National). Instructions for submitting the form are contained below and in the solicitation instructions (See "Requirements to View CUI Documents"). This will be the only site visit for this project. If you miss the scheduled event, no other arrangements will be made due to personnel and time restrictions.

All participants are required to have personal protective equipment, i.e. hard hat, safety glasses, reflective vests, and steel-toed shoes before entering the project site. Contractors who do not have these items present at the site visit may not be able to participate in the visit.

**********************************************************************

AMENDMENT 0001: The purpose of Amendment 0001 is to:

1) Provide Updated Technical Specificaitons.

2) Provide the Pre-Proposal Teleconference Slides.

3) Update the Instructions, Paragraph 2.0, Bonds and Insurance, to include Bid Guarantee.

4) Incorporate FAR Provision 52.228-1, Bid Guarantee, by full text.

5) Update FAR Clause 52.211-12, Liquidated Damages - Construction.

6) Update FAR Clause 52.217-7, Options for Increased Quantity - Separately Priced Line Item.

7) Provide updated Construction Wage Determinations.

8) Update FAR Provision 52.252-3, ALterations in Solicitation.

The proposal due date is not extended and remains 04 December 2024 at 2:00PM Central Time.

**********************************************************************************

1. DESCRIPTION OF WORK: This procurement is a Full and Open Competition for Wolf Creek Power Plant, Generator Step Up Units Replacement and Installation as described in the plans, specifications and contract drawings.

2. TYPE OF CONTRACT: The Government intends to award one (1) Firm-Fixed Price Hybrid Supply-Construction Contract.

3. BASIS FOR SELECTION OF AWARD: The award will be made to the responsible Offeror whose proposal conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government with appropriate consideration given to the seven (7) evaluation factors: Past Performance; Technical Approach; Drawings and Descriptive Data; Efficiency; Manufacturer Experience and Small Business Participation; and Price. Factors are listed in descending order of importance. NOTE: When combined, the non-cost/price factors (Past Performance; Technical Approach; Drawings and Descriptive Data; Efficiency; Manufacturer Experience; and Small Business Participation) are APPROXIMATELY EQUAL to Price.

4. PLACE OF DELIVERY / PERFORMANCE:

980 Power Plant RD

Jamestown, KY 42629

5. DELIVERY / PERIOD OF PERFORMANCE:

Supply (base) duration - Supply NTP + 1,358 calendar days

The contractor will make delivery of all transformers and any other materials and equipment necessary for transformer installation not later than 1, 358 calendar days after receipt of notice to proceed with supply work, referred to as the Supply NTP.

Construction (option) duration - Construction NTP + 613 calendar days.

The Contractor will not begin on-site construction until the Government has issued the notice to proceed with construction, referred to as the Construction NTP. The Contractor will complete all scope items associated with this contract not later than 613 calendar days after receipt of the Construction NTP. The Government intends to issue the Construction NTP at a time that is mutually beneficial to both the Contractor and the Government but not later than Supply NTP + 1,238 calendar days.

6. PRE-PROPOSAL TELECONFERENCE:

A Pre-Proposal Teleconference will be held on 21 August 2024 at 9:00 AM Central Time to go over the Solicitation requirements.

TEAMS Meeting

21 August 20024 at 9:00 AM Central Time

Meeting ID: 993 517 029 087

Passcode: 5DVVuD

________________________________________

Dial in by phone

+1 503-207-9433,,848332629# United States, Beaverton

Find a local number

Phone conference ID: 848 332 629#

7. QUESTIONS: Prospective Offerors should submit questions concerning this Solicitation through the Bidder Inquiry function in ProjNet at http://www.ProjNet.org/ProjNet. This is USACE's standard platform for receiving and responding to questions and requests for information. Questions regarding this requirement shall be submitted no later than 5 October 2024. As noted below, Offerors shall not submit their bids via ProjNet. Offerors shall submit their bids in accordance with the provisions stated in the Solicitation.

To submit and review inquiry items, Offerors will need to be a current registered user or self-register into system. Instructions to gain access are listed below.

Project: (Wolf Creek Power Plant) Unit Generator Step-Up (GSU) Power Transformers Installation

Solicitation Number: W912P524R0004

The Bidder Inquiry Key: C4G4PQ-FA2UX9

Instructions for ProjNet Bidder Inquiry Access:

1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.

2. Identify the Agency. This should be marked as USACE.

3. Key. Enter the Bidder Inquiry Key listed above.

4. Email. Enter the email address you would like to use for communication.

5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form.

6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.

7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.

Instructions for Future ProjNet Bidder Inquiry Access:

1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in.

2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.

3. Identify the Agency. This should be marked as USACE.

4. Key. Enter the Bidder Inquiry Key listed above.

5. Email. Enter the email address you used to register previously in ProjNet.

6. Select Continue. A page will then open asking you to enter the answer to your Secret Question.

7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. From this page you may view all inquiries or add an inquiry. Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by LRN's technical team.

Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.

NOTES:

1. Offerors shall not submit their bids via ProjNet, but in accordance with the provisions stated in the solicitation. Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation.

2. Government responses to questions from prospective Offerors concerning the Solicitation that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on Standard Form 30. In the case of any conflicts, the Solicitation governs. Any changes or revisions to the Solicitation will be made by formal amendment. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the Solicitation; or (c) Notice that a response is not necessary.

3. The ability for prospective Offerors to enter questions in reference to the Solicitation will be disabled ten (10) calendar days prior to the closing date stated in the Solicitation. No Government responses will be entered into the ProjNet system within five (5) calendar days prior to the closing date stated in the Solicitation. Questions regarding this requirement shall be submitted no later than 1:00 PM, 24 August 2023, Central Time.

8. REQUIREMENTS TO VIEW CUI DOCUMENTS

SECURITY: Due to Controlled Unclassified Information (CUI) requirements, only persons approved by security will be permitted to view CUI Docuements. In addition to the information below, please also provide your firm's name, firm's CAGE and/or Unique Entity Identifier (known as DUNS) number, and name and position title of primary point-of-contact and their telephone number and email address. Contractors must also "request access" by logging into SAM.gov, locating the solicitation, scrolling to the bottom of the post, and selecting "request access" next to controlled documents.

U.S. CITIZENS: To register, U.S. citizens interested in accessing CUI Documents shall submit a Nashville District Corps of Engineers (LRN) U.S. Citizen Security Access Form to the LRN Point of Contacts (POCs), Contract Specialist Alison Abernathy and Contracting Officer Dellaria Martin. The form and guidance is available as a pdf attachment on http://sam.gov with this solicitation and is titled U.S. Citizen Security Access Form.

FOREIGN NATIONALS (FNs): All non-U.S. Citizens, including permanent residents wishing to access CUI Documents must be approved in advance. FNs wishing to access CUI Documents shall submit a completed Nashville District Corps of Engineers Foreign National Security Access Form and legible color copies of two (2) of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N-550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I- 688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS Form I- 571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POCs. These documents must be submitted two (2) weeks prior to the site visit. FN requests require approval at the Headquarters U.S. Army Corps of Engineers (HQ USACE) level. Exceptions will be considered on a case-by-case basis but will be limited. The form is available as a pdf attachment on www.sam.gov with this solicitation and is titled Foreign National Security Access Form.

LRN POCs for CUI Access: For questions and/or concerns regarding the CUI Documents, please contact Alison Abernathy at Alison.T.Abernathy@usace.army.mil. Please submit all security request forms to Alison Abernathy at Alison.T.Abernathy@usace.army.mil and Dellaria Martin at Dellaria.L.Martin@usace.army.mil. When you send your request form, please put W912P524R0004 - (Foreign National or U.S. Citizen) Request Form-(Your Company Name) in the subject line of the email. Please edit the information in parenthesis to match the request form you submit and your company name.

9. PROPOSALS: Quotes shall be submitted through PIEE.gov by 2:00 PM (Central Time) on December, 4, 2024.

10. NIST SP 800-171 DoD ASSESSMENT

In accordance with DFARS 204.7302, Contractors and subcontractors are required to provide adequate security on all covered contractor information systems. Contractors are required to implement National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 by inclusion of clause at 252.204-7012, Safeguarding Covered Defense Information and Cyber incident Reporting, are required at time of award to have at least a Basic NIST SP 800-171 DoD Assessment that is current (i.e., not more than 3 years old unless a lesser time is specified in the solicitation).

SPRS provides storage and access to the NIST SP 800-171 assessment scoring information. To access the NIST SP 800-171 Assessments module, users must be registered in the Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/ and be approved for access to Supplier Performance Risk System (SPRS).

The NIST SP 800-171 DoD Assessment Methodology is located at: https://www.acq.osd.mil/asda/dpc/cp/cyber/safeguarding.html#nistSP800171

Posted: Nov. 27, 2024, 4:35 p.m. EST
Posted: Oct. 24, 2024, 3:35 p.m. EDT
Posted: Sept. 20, 2024, 10:16 a.m. EDT
Posted: Sept. 17, 2024, 2:16 p.m. EDT
Posted: Sept. 17, 2024, 1:23 p.m. EDT
Posted: Aug. 7, 2024, 2:07 p.m. EDT
Posted: Aug. 6, 2024, 3:58 p.m. EDT
Background
The Wolf Creek GSU Replacement project is initiated by the U.S. Army Corps of Engineers, specifically the Nashville District. The mission of this project is to replace existing generator step-up (GSU) transformers at the Wolf Creek Power Plant in Jamestown, Kentucky, to enhance power generation capabilities and ensure compliance with modern standards. The goal of the contract is to design, manufacture, deliver, and install three new GSU transformers while adhering to all applicable regulations and quality standards.

Work Details
The contractor will be responsible for the following tasks:

1. Design three (3) GSU Power Transformers with specifications including 90,000/150,000 kVA capacity and high-voltage winding configurations.

2. Manufacture and factory test three (3) GSU transformers as per the design specifications.

3. Deliver the transformers to the designated location at Wolf Creek Power Plant.

4. Offload the transformers upon arrival, perform inspections, cleaning, reassembly, and move them to long-term storage.

5. Provide transformer oil and perform oil-filling and processing.

6. Conduct field tests and provide an Erecting Engineer for installation support.

7. Provide long-term storage for the transformers until they are needed for installation.

8. Perform pre-move field tests before relocating transformers from storage to switchyard locations and conduct post-move field tests.

9. Furnish transformer spare parts as required.

10. Design oil containment systems and foundations for each transformer as an optional task.

11. Install and commission each transformer as part of the construction phase.

Period of Performance
The contract will be performed over a specified period that includes design, manufacturing, delivery, installation, testing, and commissioning phases; exact duration will be defined in the awarded contract.

Place of Performance
The work will primarily take place at Wolf Creek Power Plant located in Jamestown, Kentucky.

Overview

Response Deadline
Dec. 11, 2024, 3:00 p.m. EST (original: Dec. 4, 2024, 3:00 p.m. EST) Past Due
Posted
Aug. 6, 2024, 3:58 p.m. EDT (updated: Dec. 4, 2024, 12:33 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
800 Employees
Pricing
Fixed Price
Est. Level of Competition
High
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
On 8/6/24 USACE Nashville District issued Solicitation W912P524R0004 for Wolf Creek GSU Replacement due 12/11/24. The opportunity was issued full & open with NAICS 335311 and PSC N061.
Primary Contact
Name
Andrew Roth   Profile
Phone
(615) 736-7793

Secondary Contact

Name
Dellaria Martin   Profile
Phone
(615) 736-7986

Documents

Posted documents for Solicitation W912P524R0004

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912P524R0004

Award Notifications

Agency published notification of awards for Solicitation W912P524R0004

Contract Awards

Prime contracts awarded through Solicitation W912P524R0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912P524R0004

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912P524R0004

Experts for Wolf Creek GSU Replacement

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT NASHVILLE
FPDS Organization Code
2100-W912P5
Source Organization Code
100221376
Last Updated
Dec. 4, 2024
Last Updated By
andrew.r.roth@usace.army.mil
Archive Date
Dec. 4, 2025