Little Goose DC System and LV Switchgear Upgrades
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 25, 2022 03:17 pm PST
- Original Response Date: Feb 16, 2022 04:00 pm PST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
- NAICS Code:
- 238210 - Electrical Contractors and Other Wiring Installation Contractors
- Place of Performance: Starbuck , WA 99359USA
Description
The US Army Corps of Engineers (USACE), Walla Walla District is seeking sources for a construction project entitled: Little Goose DC System and LV Switchgear Upgrades. The work is located at the U.S. Army Corps of Engineers Little Goose Lock and Dam near Starbuck, Washington. The resulting contract will be a firm fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 238210 Electrical Contractors and Other Wiring Installation Contractors. The associated small business size standard is $16.5 million. The magnitude of construction for this project is expected to be between $10,000,000 and $25,000,000.
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 that respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.
- A list of no more than five current projects at least 50% physically complete 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, the dollar value and the completion date.
- A reference list for each of the projects submitted in 1. 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 DUNS number.
Submit this information to David Boone, Contract Specialist, via email to david.c.boone@usace.army.mil. Your response to this notice must be received on or before 4:00 pm Pacific Time on Wednesday, February 16, 2022.
Summary of Scope of Work:
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
- Installation of low voltage switchgear components and motor control centers
- Installation of 125VDC equipment including chargers, switchboards and panelboards
- Post-installation testing and commissioning of equipment
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.
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING DIVISION 201 NORTH 3RD AVE
- WALLA WALLA , WA 99362-1876
- USA
Primary Point of Contact
- David Boone
- david.c.boone@usace.army.mil
- Phone Number 5095277227
Secondary Point of Contact
History
- Jun 09, 2022 10:57 am PDTPresolicitation (Original)
- Mar 03, 2022 08:55 pm PSTSources Sought (Original)