John Day Control Room Fire Protection

expired opportunity(Expired)
From: Federal Government(Federal)
W9127N20R0037

Basic Details

started - 12 May, 2020 (about 4 years ago)

Start Date

12 May, 2020 (about 4 years ago)
due - 27 May, 2020 (about 3 years ago)

Due Date

27 May, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W9127N20R0037

Identifier

W9127N20R0037
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)USACE (38243)NWD (6952)US ARMY ENGINEER DISTRICT PORTLAND (1254)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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 SoughtJOHN DAY CONTROL ROOM FIRE PROTECTIONU.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICTISSUED: 05/12/2020RESPONSES DUE: 05/26/2020 at 5:00 pmTHIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government.  All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.The proposed NAICS code for this procurement is 238210 - Electrical Contractors and Other Wiring Installation Contractors.The US Army Corps of Engineers (USACE) Portland District is searching for Electrical Contractors and Other Wiring Installation Contractors who can provide construction services for The John Day Dam. As part of its market research, USACE Portland District, is issuing this Sources Sought to determine if there exists an adequate number of qualified interested contractors
capable of providing the requirement. The Government may use the responses to this Sources Sought for information and planning purposes.This is a construction project to lengthen tenability of the control room for controlled shutdown and emergency operation of the John Day powerhouses. The control room and its emergency egress will be fire hardened and have positive pressurization from an external independent air supply. A master fire alarm control panel and control room operator interface, and multiple fire status annunciation panels at key egress locations will be installed to provide annunciation of fire events from the powerhouse. Fire and smoke detection will be installed in the most critical areas. The work focuses on implementation of fire detection and control room modifications to ensure tenability and emergency egress from the control room during a fire event.Fire safety improvements at the John Day Powerhouse will include to the following items:• Installation of a new Main Fire Alarm Control Panel (MFACP)• Pressurization of the Control Room and an egress path and stairs to the intake deck• Limited new fire detection (air aspirating system) in the main Circuit Breaker Gallery• Limited new fire detection in the Control Room area• Indication to the new MFACP that any of six existing CO2 systems have discharged • Alarm interconnection to the new MFACP from the existing Elevator FACP.NO AWARD WILL MADE FROM THIS INITIAL NOTICE. THIS IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSALS.Submission Instructions:  Please send responses with the subject heading John Day Control Room Fire Protection to Cory Pfenning, email address: cory.r.pfenning@usace.army.milCAPABILITY STATEMENT TO SHOW INTEREST AND INTENT:Respondents interested in performing the proposed project as a prime contractor should submit a capability statement for consideration that include the following: (In A through F).A. Offerors' name, address, points of contact with telephone numbers and e-mail addresses.B. DUNS number and CAGE code.C. Firm's small business category and Business Size: Small Business (SB), Small Disadvantaged (SDB), including 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).D. A Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work as described above. This SOC should be a brief description of your company's capabilities. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel.  The potential bidders should provide the magnitude and brief references of relevant work they have performed including the following;Projects which required the contractor to select the equipment manufacturer for multiple components of a system that met the salient characteristics of a solicitation and worked together interchangeablyProjects installing a Fire Systems that included a capacity of at least 100 addressable intelligent Signaling Line Circuit (SLC) PointsProjects that included the installation of/manufacture of a Fire System that included an interface with a smoke presurization systemProjects that included the installation of an aspirating smoke detection systemProjects that included integration of Fire Systems with building HVAC Systems; Integration consists of, but is not limited to, the ability of the fire system to open/close dampers for air control and turn on/off ventilation fans.E. Indicate whether your company will perform the work directly, or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted. Identify the percentage of work your firm may be capable of directly performing.F. Any other information that would assist in determining your company's capability in performing the described construction work.Responses to the Sources Sought will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. USACE Portland District will not pay for information received in response to this Sources Sought.Do not submit pricing information in response to this Sources Sought.All responses must be submitted in either Microsoft Word or Adobe Portable Document Format by no later than 5:00 pm Pacific Standard Time on Tuesday, 26 May 2020.  Do not include proprietary information in your response. All responses to this Request for Information will be kept confidential.This notice does not obligate the Government to award a contract.  No reimbursement will be made for any costs associated with providing information in response to this Special Notice or any follow up information.  The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. 

Goldendale ,
 WA  98620  USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 238210Electrical Contractors and Other Wiring Installation Contractors
pscCode Z2KAREPAIR OR ALTERATION OF DAMS