Install Pole Top Disconnect Switches Depot Wide - DDJC - SP3300-19-B-0006
Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work at DLA Distribution Joaquin, CA (DDJC): Install Pole Top Disconnect Switches Depot Wide... Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work at DLA Distribution Joaquin, CA (DDJC): Install Pole Top Disconnect Switches Depot Wide. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize themselves with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. Summary of Work: 1.Pole # W/7 (i) Remove existing line cross arm and pin type insulators. (ii) Relocate existing transformer along with its cross arm, insulators, jumpers, connectors, fuses, cutouts and related hardware to pole W/6. Reorient existing light fixtures on pole W/6 to accommodate the transformer. Reconnect transformers to light up existing connected lights. Provide any additional wire, hardware required to feed exiting lights. Use existing cables and hardware as much as possible. (iii) Supply and install (a) three phase gang operated pole top overhead distribution switch 15KV/124 KV BIL, 600/900A @40KA, silicon station post 3" bolt circle, No interrupter, Galvanized steel cross arm material, Triangular delta type pole top configuration, 1 ½" steel pipe with top section fiberglass rotating/torsional operating mechanism, additional name plate on handle, grounding connector on cross arm, pole band and J bolts for mounting on wooden pole. Make ABB model A16SXSDCEGN or approved equal. Confirm with the switch manufacturer to ensure all required features are included in the model number mentioned. (b) Additional six 15 KV silicon string insulators with all required hardware including but limited to dead-end devices, 4/0 aluminum ACSR jumpers (match existing), jumper connectors, link extensions, terminal connectors to enable operations of new distribution switch. (iv) Provide and install #6 AWG bare conductor ground in ½" PVC conduit with galvanized steel straps at every 36". Provide and drive ¾", 10'copper clad ground conductor minimum 12" below ground surface and 24" away from pole base. Cad weld ground conductor to the grounding rod and pole top overhead switch cross arm. Ground the pole top overhead switch operating pipe to the grounding rod minimum 12" below the ground surface. All the grounding conductors shall be enclosed in a PVC conduit or below the ground surface. 2.Pole # 6/1, 1/13A, NB/0 (i) Remove and dispose existing three phase cutout blades along with cross arms and related hardware. a. Supply and install (a) three phase gang operated pole top overhead distribution switch 15KV/124 KV BIL, 600/900A @40KA, silicon station post 3" bolt circle, No interrupter, Galvanized steel cross arm material, Riser vertical pole top configuration, 1 ½" steel pipe with top section fiberglass rotating/torsional operating mechanism, additional name plate on handle, grounding connector on cross arm, pole band and J bolts for mounting on wooden pole. Make ABB model A16SXSRCEGN or approved equal. Confirm with the switch manufacturer to ensure all required features are included in the model number mentioned. (b) Use existing string dead end insulators, provide new 4/0 aluminum ACSR jumpers (match existing), jumper connectors, link extensions, terminal connectors and any other hardware required to enable operations of new distribution switch. (c) Operating mechanism rod to be installed side ways to accommodate existing risers and other conduits on the pole. Provide additional galvanized steel hardware and cross arm required to install switch operating mechanism rod. (d) Relocate existing wires/cables/lights/any other fixture on the pole to accommodate installation of new pole top switch. (ii) Provide and install #6 AWG bare conductor ground in ½" PVC conduit with galvanized steel straps at every 36". Provide and drive ¾", 10'copper clad ground conductor minimum 12" below ground surface and 24" away from pole base. Cad weld ground conductor to the grounding rod and pole top overhead switch cross arm. Ground the pole top overhead switch operating pipe to the grounding rod minimum 12" below the ground surface. All the grounding conductors shall be enclosed in a PVC conduit or below the ground surface. All work shall be performed complete and in accordance with the Scope of Work, specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence work after the Notice to Proceed is issued and shall complete the entire work ready for use including final submittals within 180 calendar days after receipt of Notice to Proceed. The work shall be performed during regular working hours which consist of an 8-1/2 hour period established by the Contracting Officer, Monday through Friday, from 7:00am to 3:30pm (including clean-up), excluding Government holidays. Any work requiring power shut down shall be done on Sunday as approved by Contracting Officer in advance. Any work required to be conducted outside of regular working hours requires advance Contracting Officer approval. This acquisition is set-aside 100% for small business concerns. The NAICS Code for this procurement is 238210. The small business sized standard is $15,000,000.00. The Product Service Code (PSC) is Z2NZ. The magnitude of this construction effort is between $100,000.00 and $250,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-19-B-0006 for the above stated requirement is on or around 07 August 2019. A pre-bid/site visit will be conducted. The exact date and time for the pre-bid/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective bidders via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist, Benjamin Bailey, at Benjamin.bailey@dla.mil. All questions should be submitted in writing via email to the above. Prospective bidders are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective bidders are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All bidders MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective bidder must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest, responsive, responsible bidder. A bidder must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »