Denison Switchyard Power Circuit Breakers

expired opportunity(Expired)
From: Federal Government(Federal)
W912BV24RCR01

Basic Details

started - 06 Mar, 2024 (1 month ago)

Start Date

06 Mar, 2024 (1 month ago)
due - 20 Mar, 2024 (1 month ago)

Due Date

20 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
W912BV24RCR01

Identifier

W912BV24RCR01
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708889)DEPT OF THE ARMY (133113)USACE (38130)SWD (3867)W076 ENDIST TULSA (86)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHTForDenison, Switchyard Power Circuit Breakers This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary acquisition planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests. Respondents will be notified upon request following the sources sought evaluation results.The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) is conducting market research for anticipated Design-Build contract and intends to solicit proposals on or about April 2024. The type of set-aside decision(s) to be issued will depend upon the responses to this sources sought announcement and associated market research.This project replaces three of the six switchyard Power Circuit Breakers (PCBs), PCB power and control
wiring, PCB bushing CT secondary circuit wiring, and PCB pole-to-HOD switch pole jumpers (stingers). All equipment will be replaced with new equipment of equivalent ratings. The work includes, but is not limited to: a. The switchyard PCBs will be replaced with new modern SF6 insulated PCBs rated at 170 kV maximum continuous voltage, 2000 amperes maximum continuous current, 40 kA short circuit current and 750 kV full wave impulse withstand. b. The atmosphere at the location of the powerhouse and switchyard is subject to the presence of high concentrations of H2S during certain times of the year. To protect against SF6 gas leaks due to H2S corrosion, all pipes, and fittings susceptible to H2S corrosion shall be coated or painted to harden the SF6 gas system against corrosion. c. The switchyard PCB bushings will be made of composite material, and the bushing CTs will be multiratio CTs with a maximum ratio of 1200:5. The CTs shall have an accuracy class of C800 and a thermal rating factor of 2.0. Each bushing will be equipped with two CTs. d. The power, control and protection, and CT wiring in the control cabinet of each PCB runs to a PCB junction box on each PCB concrete pad. The wiring is run from the PCBs to their respective junction boxes in three conduits. The contractor shall replace the conduit as required and run new wiring from each PCB control cabinet to its respective junction box. The contractor shall run power, control and protection, and CT wiring from the PCB control cabinets to their respective junction boxes in these conduits. Termination of the wires in the junction boxes will be done by government personnel. e. The contractor or manufacturer’s representative will perform commissioning of each PCB. f. The switchyard PCBs will have each pole connected to its respective HOD switch pole by jumpers consisting of ACSR cable. The ACSR cable for connecting the PCBs to the HODs will be code word Drake (795 kcmil). Additionally, the jumpers on PCB 52-18 will be replaced with Drake ACSR.The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and relevant experience of all business size standards to provide construction for work assigned to USACE Southwest Division (SWD) as well as USACE national initiatives, international, & interagency support. The Government must ensure there is adequate interest and competition among the potential pool of responsible firms. Interested Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB) Concern, and Large Businesses are highly encouraged to respond to this sources sought.The total contract capacity is estimated between $500,000.00 and $1,000,000.00.The North American Industrial Classification System (NAICS) Code for this procurement is 335313, Switchgear and Switchboard Apparatus Manufacturing, which has a small business size standard of 1,250. Small Business firms are reminded under FAR 52.219-14(e)(4), Limitations on Subcontracting, that at least 15 percent of the cost of contract performance incurred for personnel shall be expended for employees of a similar concern.Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that a firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded.Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm.Note that Firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts.Contractors responding to this Sources Sought must provide an Experience/Capabilities Statement (not to exceed 5 pages).EXPERIENCE / CAPABILITIES STATEMENT CRITERIA:1. The Experience/Capabilities Statement is limited to 5 pages and shall be submitted in PDF format with the following file name convention: ACME_SS W912BV24RCR01_EXP STATEMENT.2. Provide Firm's name, address, point of contact, phone number, e-mail address and business CAGE Code, as well as Unique Entity Identifier (UEI).3. Provide any general information on the Firm's Experience/Capabilities as they pertain to supplying and replacing power circuit breaker construction and self-performance requirements.4. Provide the Firm's Teaming Arrangement, Joint Venture and/or Mentor-Protege information, as applicable.5. Provide up to three examples of construction projects performed within the past 3 years relevant to this Sources Sought. Include the customer agency/installation name, project title, project location, contract number, project description, construction contract amount, and period of performance for each example project provided. If proposing as a Teaming Arrangement, Joint Venture and/or Mentor-Protégé, the three examples provided must be submitted as a team and not as separate firms.Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Ms. Cheyenne Redemann at Cheyenne.A.Redemann@usace.army.mil; phone number (918)-669-7073.PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED.Email your Experience/Capabilities statement to Cheyenne.A.Redemann@usace.army.mil, shawn.brady@usace.army.mil.NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED.THIS SOURCES SOUGHT CLOSES ON 20 March 2024 at 1100 CDT.

Location

Country : USA

You may also like

380 kV Power Circuit Breakers

Due: 14 May, 2024 (in 16 days)Agency: Nebraska Public Power District

CRCGV-04 230kV Power Circuit Breakers

Due: 13 May, 2024 (in 15 days)Agency: Colorado River Commission

CRCGV-05 15kV Power Circuit Breakers

Due: 13 May, 2024 (in 15 days)Agency: Colorado River Commission

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 335313Switchgear and Switchboard Apparatus Manufacturing
pscCode Y1NZCONSTRUCTION OF OTHER UTILITIES