15kv Generator Switchgear for Jones Bluff Powerhouse, Selma, AL
Solicitation Number: W9127819L0019 Classification: 6110 Electrical Control Equipment NACIS: 335313 Switchgear and Switchboard Apparatus Manufacturing 15 Days Subject: Furnishing of a 15kv generator sw... Solicitation Number: W9127819L0019 Classification: 6110 Electrical Control Equipment NACIS: 335313 Switchgear and Switchboard Apparatus Manufacturing 15 Days Subject: Furnishing of a 15kv generator switchgear for Jones Bluff Powerhouse, Selma, AL Text: Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing a Firm Fixed Price Contract for the furnishing of 15kv generator switchgear for Jones Bluff Powerhouse, Selma, AL. The scope of work consists of: a. Remove existing 15KV generator switchgear lineups for units 1-2 and station service breaker no. 1, and for units 3-4 and station service breaker no. 2. b. Install two government furnished new 15KV generator switchgear lineups. One containing generator breakers for units 1 and 2 (breakers 710 & 720) and station service breaker no. 1 (breaker 812), and the second containing generator breakers for units 3 and 4 (breakers 730 & 740) and station service no. 2 (breaker 822). c. Replace all the cables from removed equipment and install new conductors to new equipment. d. Replace, as necessary, the existing non-segregated bus from the generators and GSU in order to connect to the new 15KV switchgear, to include all connectors and fasteners. e. Coordinate with the switchgear manufacturer to Design and Fabricate, as necessary, and Install balance of the plenum system for each of the new switchgear to vent the exhaust to a safe area. f. Replace the existing surge arrestors and capacitors in the new government furnished equipment with new surge arrestors and capacitors. g. Perform necessary commissioning and testing. h. Remove a section of the synchronous condensing pipe and re-install the pipe with flanges. i. Remove the switchgear room door and associated hardware and frame to facilitate installation of the switchgear. Contractor shall retain doors for re-use for an in-kind restoration of the entryways to original condition. The contractor shall be responsible for field verifying existing drawings and creating as-built drawings. This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor's responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Large Business, Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 335313, the small business standard for which is 1250 employees. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Large Business, Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) Shall be indicated on the first page of submission. 3. Contractor shall identify the percentage of items sold in the commercial marketplace and the percentage of items sold to government agencies. 4. Documentation should be submitted with the following considerations: a. Describe your capability and experience removing, installing, and testing complete industrial medium voltage switchgear, switchboards, panel boards, and ancillary equipment. b. Describe your capability and experience installing cable and conduit systems for medium voltage power distribution. c. Describe your capability and experience fabricating, assembling, anchoring, welding and testing carbon steel pipes rated for pressures equaling or exceeding 300 PSI. d. Describe your capability and experience with removal, replacement and installation of doors, door frames, transoms, and appurtenant entryway materials in industrial facilities. The above requested information shall not exceed a total of five (5) pages on 8.5" x 11" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 27 February, 2019, 2:00 p.m. CDT. Responses received after this date and time may not be reviewed. Responses shall be submitted via email to CTHYDRO-Proposals@usace.army.mil. In the subject line of your email state: Response to Furnishing of a 15kv generator switchgear for Jones Bluff Powerhouse, Selma, AL. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »