Chief Joseph Dam CO2 Fire Suppression System Modernization, Bridgeport, WA
POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Contract Specialist Monique Paano at email: Monique.A.Paano@usace.army.mil. Please no phone calls. All questions m... POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Contract Specialist Monique Paano at email: Monique.A.Paano@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. FOR INFORMATION ONLY: This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing via email to Ms. Paano at the email indicated above. Description of Work (physical characteristics): OVERVIEW: U.S. Army Corps of Engineers (USACE), Seattle District, requires replacement of an existing CO2 Fire Suppression System with a water mist system and modernization of an existing CO2 Fire Suppression System at Chief Joseph Dam, WA. Project work area access is restricted by the adjacency of the Powerhouse and the dam, and restrictions on the use of cranes, lifts and other equipment in the proximity of energized overhead transmission lines, transformers and transformer bus lines. DEMOLITION/DECONSTRUCTION: Removal of the existing CO2 system in the Oil Storage Room, Oil Purification Room, Station Service Transformer Vault, Main Generating Units and Station Service Units at Chief Joseph Dam, WA. This includes but is not limited to the mechanical piping and the electrical features as well as the CO2 bottles themselves. The firing heads on the CO2 bottles, however, shall remain the property of the Government. FIRE PROTECTION & ELECTRICAL INSTALLATION: Modernize existing high-pressure CO2 systems and replace with a new water mist fire protection system. The existing CO2 systems in the Oil Storage Room, Oil Purification Room, and Station Service Transformer Vault will be replaced with water mist to improve safety and reduce maintenance requirements due to CO2. The CO2 systems within the main units and station service unit's generator housings will remain in place, but will be modernized to bring these systems in conformance with current NFPA code requirements. The magnitude of construction is estimated to be between $1,000,000 and $5,000,000. The resulting contract will be firm-fixed-price. Solicitation number W912DW19R0003 will be posted to the Federal Business Opportunities (FBO) website, www.fbo.gov, on or about 22 Feb 2019. The solicitation will be a Request for Proposals. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. See the solicitation for details about proposal submission. The NAICS code for this procurement is 238220, Plumbing, Heating, and Air- Conditioning Contractors, and the associated small business size standard is $15,000,000 in average annual receipts. The solicitation will be issued as Unrestricted. A site visit will be offered within approximately 2 weeks after the solicitation is made available via FBO. Refer to the solicitation for details regarding the site visit. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the FBO website at www.fbo.gov under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on www.fbo.gov. The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards. ACCESS TO SITE VISIT FOR FOREIGN NATIONALS: Non U.S. Citizens wishing to attend the site visit must complete the Request for Visitation Authority (included in this announcement as an attachment) form and submit it with the required documents no later than noon Pacific Time on 4 Feb 2019. Please submit required documentation to Adrienne Murphy, Adrienne.E.Murphy@usace.army.mil, 206-764-6765.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »