The RFP Database
New business relationships start here

Bonneville Powerhouse One Control Room Fire Protection


Oregon, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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.

2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a Construction contract for Control Room Fire Protection at Bonneville Powerhouse One. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision.


This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond.


3. Minimum Technically Acceptable Contractor Expertise Criteria:


The Contractor must demonstrate through references, project lists, or reports, they possess experience as it relates to this project. Two projects maximum will be accepted for review.


Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors.


North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction
The size standard: $36.5M
Federal Service Code: Z2KA, Repair or Alteration of Dams


Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil.


Project Description. The U.S. Army Corps of Engineers, Portland District, has a requirement to perform Control Room Fire Protection located at Bonneville Dam Powerhouse One, located near Cascade Locks, OR.


The Contractor shall perform all work necessary to provide a pressurized control room and emergency egress route, fire detection and alarm panel installation.


The Contractor will be working in the powerhouse control room while the plant is in full operation. The Contractor shall be experienced in planning and coordination of activities in an active, critical and secure environment where disruption of normal operations must be minimized.


The work includes the construction management and coordination of several different trades and ensuring all work is planned, coordinated and completed quickly and efficiently.


A. Fire Detection and Alarm Systems.

The fire detection and alarm system will be design-build by the Contractor. It is assumed that the prime contractor will sub-contract the work to a fire protection specialist. The designs shall be completed and stamped by a licensed Fire Protection Engineer; therefore, the Contractor assumes professional liability for the life of the system (20 years). The Fire Detection and Alarm system is the brains of the entire system and critical to the life safety of operators.


B. Mechanical


Construction and installation of a Life Safety defined HVAC system such that in the event of a fire will provide a positive pressure outside air supply into the control room and emergency egress route. The mechanical system must be actuated by the Fire Detection and Alarm System so coordination of the components and coordination of operation is critical in the event of an emergency


C. Electrical


Construction and installation of a Life Safety defined emergency power supply, controls, conduit and wiring system to power and control in the event of a fire the fire detection and alarm system and the HVAC system to provide for safe egress from the control room and inhibit fire and smoke propagation into the control room and egress route . The entire system must operate in all conditions without fail. Proper operation is critical protection of operators.
All work is required to be performed by NICET Level 3 Certified Fire Alarm Installers under the direct supervision of a certified Fire Protection Specialist.


The Contractor shall have a minimum of 3 years' experience working with large capacity battery and emergency power systems.


D. Site Safety and Health Officer (SSHO)


The contractor shall provide a Site Safety and Health Officer (SSHO) for this project. The person that will act as the SSHO is required to have a minimum of 5 years of safety work with similar projects and have passed a 30-hour OSHA construction safety class (or equivalent) within the last 3 years. The SSHO may have no other duties for this work except function as the on-site CQC Manager.


Contract duration is estimated at 480 calendar days. The estimated Magnitude of Construction for this project is between $5,000,000 and $10,000,000.


4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N-17-R-0067 BN1 Control Room Fire Protection. Please send to Thomas J. Cohick, Contract Specialist, at thomas.j.cohick@usace.army.mil by 2:00 pm Pacific Standard Time Friday, August 25, 2017. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED.


A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information:


a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract.


b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).


c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description.


d. Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. Projects considered similar in scope to this project include new fire protection and life safety system installation in hydropower or industrial facilities, including pressurized egress path installation. The example projects shall illustrate how the contractor is able to work safely following USACE safety manual or other safety manual guidelines, how the contractor is able to follow all NFPA Fire Protection regulations, and how the contractor can work cohesively with multiple sub-contractors all while completing the project within project deadlines.


The Government may verify information in CPARS or PPIRS.

5. Disclaimer and Important Notes. 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 qualifications 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. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.


All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.


 


Thomas J. Cohick, Phone 5038084615, Email thomas.j.cohick@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP