Oregon Bids > Bid Detail

BON Metering Enhancement

Agency:
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159011933803323
Posted Date: Nov 8, 2023
Due Date: Nov 29, 2023
Source: https://sam.gov/opp/2c52827dec...
Follow
BON Metering Enhancement
Active
Contract Opportunity
Notice ID
W9127N23SS1908
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST PORTLAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Nov 08, 2023 08:18 am PST
  • Original Published Date: Aug 30, 2023 07:06 am PDT
  • Updated Response Date: Nov 29, 2023 10:00 am PST
  • Original Response Date: Oct 02, 2023 03:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 14, 2023
  • Original Inactive Date: Oct 17, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: N061 - INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Cascade Locks , OR 97014
    USA
Description

  1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.





This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond.





Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations.





The North American Industrial Classification Code (NAICS) for this requirement is: 237990



The related size standard is: $45,000,000.00.





Formal Sources Sought Response Due – 02-OCT-2023 at 3:00 pm PDT.






  1. Project Background. - Bonneville Power Administration (BPA) would like to enter the Energy Imbalance Market (EIM), to do so, BPA needs additional high accuracy class instrument transformers. The requirement for CTs (Current Transformers) to be installed approximately 26 feet above the existing roof elevation, above truss-beam. New mounting supports will also need to be installed for the CTs and pedestals on top of the existing roof. The structural and electrical design, provided by the Hydro Design Center (HDC), provides supports for the new CTs, station post insulators, and busses at locations that provide the required electrical clearances. The HDC designs also evaluates the requirements of supporting the new CTs, station post insulators and busses on legacy roof structural system. The Government will provide the metering-grade CTs and PTs (Potential Transformers), and three deflection insulators. PT’s will be replaced in existing location. The Contractor will maintain the maximum distances from ground for each phase to add the real time metering accuracy PT’s and CT’s as directed by the requirements.






  1. Project Scope. - BPA has the required metering CTs and PTs in inventory and will provide these to The US Army Corps of Engineers as Government-Furnished Equipment (GFE) for the metering enhancement installation contract. This eliminates the over one-year lead time for commercial procurement of the CTs and PTs after contract award, which would be an unacceptable delay. Bonneville Project O&M staff have committed to furnishing and installing the low-voltage conduit and wiring to the RTU room in the powerhouse. BPA will design and separately install the new control board in the RTU room and will complete the wiring connections. This reduces the installation contractor's scope to fabrication and installation of the new CT supporting structures as detailed in the Plans and Specifications, installing the CT's, replacing the PTs on their existing supporting structures, and field acceptance testing of the GFE instrument transformers.






  1. The following information represents the project objectives: This project adds high side, bi-directional Revenue Metering for Bonneville 1 Powerhouse to support the Energy Imbalance Market (EIM) Initiative. The current USACE unit metering equipment (Meter/PT/CT) do not currently meet revenue grade standard requirements for entering the Energy Imbalance Market by BPA and will need to be replaced. New metering accuracy class line Current Transformers (CTs) and Potential Transformers (PTs) are required. Metering data from these instrument transformers will be sent to the Bonneville Power Administration (BPA) directly from a new control board inside the powerhouse RTU room.






  1. Anticipated Construction Schedule: CENWP intends to advertise January 2024 and award April 2024 Construction Contract with estimated construction completion by the end of calendar year 2024.






  1. Estimated Construction Cost (ECC): The current ECC is between $1,000,000.00 and $2,000,000.00. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude.






  1. Number and Type of Contracts: NWP contemplates awarding 1 Firm-Fixed Price Construction Contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels.






  1. Anticipated Source Selection Process: The expected method to determine the best value to the government is Best Value Trade Off (BVTO)








  1. Project Specific Constraints and Challenges:






  1. High voltage work (115kV)

  2. Roof work of the powerhouse, with existing structures.

  3. Construction work to be between June and early October.






  1. Questions for Industry:








    1. Is there anything in our SOW that would discourage you from bidding?

    2. Is there anything in our SOW that would cause enhanced pricing uncertainty?

    3. Are there any market conditions or industry practices that you feel the government needs to be aware of?








  1. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – W9127N23SS1908. Please email to Cory Pfenning, Contracting Officer, at Cory.R.Pfenning@usace.army.mil and Andrew Sprys Contracting Specialist, at Andrew.J.Sprys@usace.army.mil by 3:00 pm Pacific Standard time on 02-OCT-2023.





Interested parties’ responses to this Sources Sought shall be limited to six (6) pages and shall include the following information:








    1. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID.










    1. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB).










    1. An explanation of the prime firm’s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope.










    1. A description of work performed under similar project constraints and challenges listed under paragraph 4.










    1. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available):












      • To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), (List the critical elements required) project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following:









Project Title





Contract Number





Contract award date





Customer name, phone number and email address





Prime or Subcontractor





Initial contract dollar value





Final contract dollar value





Initial contract completion date





Final contract completion date





Customer satisfaction







The Government may verify information in CPARS or PPIRS.








    1. Firm's Joint Venture information if applicable - existing and potential.










    1. Firm's Bonding Capability in the form of a letter from Surety.










    1. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates)










    1. Responses to the government’s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of.








  1. Disclaimer and Important Notes.


    1. 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 Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted.










    1. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.








  1. Attachments:




  • A.03 60% Specs - BN1ME24_SPECS_60PERCENT (002)

  • A.03 Plans - Drawings - BN1ME24_BON Metering Enhancements - 60 percent contract dwgs

  • A.02 BON Metering Project Photos


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >