Similar Projects
Jefferson Parish Recreation Department West Bank Office Generator Installation
Renovation
Design
$250,000 CJ est. value
Marrero, LA 70072

I Building 1 Switchgear & Pump Replacement
Renovation
Sub-Bidding
$200,000 CJ est. value
New Orleans, LA 70119

Generator Transfer Switches at Playgrounds: Pard, Kings Grant, Mike Miley
Renovation
Sub-Bidding
$70,000 CJ est. value
Marrero, LA 70072

OCS Pole Replacement
Alteration
Post-Bid
New Orleans, LA

Electrical Generator and Diesel Engine (Fire Pump)Maintenance Service
Alteration
Post-Bid
New Orleans, LA

Furnish all Labor, Materials and Equipment Necessary to Remove and Replace Lighting and Install Hand Dryers for Jefferson Parish East Bank Drainage
Alteration
Results
Gretna, LA

Cast Iron Street Light Access Panels
Alteration
Results
New Orleans, LA

Severn Avenue Corridor Electrical Improvement (Veterans Blvd to West Esplanade Avenue)
Infrastructure
Sub-Bidding
$200,000 CJ est. value
Metairie, LA 70001

Disassemble Current UPS System and Install New UPS System and Battery Cabinet
Alteration
Post-Bid
New Orleans, LA

Emergency Electrical Contractor
Alteration
Results
LA

Generator Installation
Renovation
Sub-Bidding
$500,000 CJ est. value
New Orleans, LA 70143

Hanger Fans
Term Contract
Post-Bid

JPRD West Bank Office Generator Installation
Alteration
Results
Marrero, LA

Furnish and Install VFDs
Alteration
Post-Bid
Kenner, LA

Upgrades to Field Lighting at Bonnabel Baseball Field
Infrastructure
Results
$302,250 CJ est. value
Kenner, LA 70065

Last Updated 09/02/2022 02:01 AM
Project Title

Replace Motor Control Center in the Industrial Wing

Physical Address View project details and contacts
City, State (County) New Orleans, LA 70112   (Orleans County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $647,700 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

AMENDMENT 01 - Questions and Answers--drawings/brochure The USDA, Agricultural Research Service (ARS) Southeast Area (SEA) Southern Regional Research Center. Located in New Orleans, LA., has a requirement (subject to the availability of funds) to remove the existing #7 motor control center in Bldg. 1 Chemical Wing attic and replace with new Square D Model 6 motor control center (MCC) or approved equal; With an Option to replace the motor control center (MCC) in the Industrial Wing. The work consists of but is not limited to providing all supervision, labor, materials, supplies, equipment, quality assurance and other related services and materials as required to: Safely de-energize and lock out existing motor control center (MCC) that's being replaced from current power source. Dismantle and disconnect all components of the existing MCC and remove from the Bldg. 1 Chemical Wing attic and dispose of properly. Install 1 new Square D Model 6 MCC into the same footprint as the old unit and re-connect as required to bring the Chemical Wing fume hood that this MCC serves back up to the same operating specifications as were in place prior to new MCC replacement. Check, test, and adjust all units and programming as required, to meet all current ARS Laboratory requirements for both performance and safety. Document connections and power sources that supply power to the new MCC, label all power sources and power distributions on new MCC to required specifications, and to match existing labeling of existing MCC for fume hoods or exhaust fans being powered by MCC. Coordinate all work, and work schedules with Facilities Operations Specialist and SRRC center management personnel as required. Work should be scheduled to be performed during and after normal working hours, on the weekends, or during Federal Holidays to minimize disruption to research. Contractor shall submit a schedule of affected laboratories by room number, date, time, and duration of fume hood shutdown to the Facilities Operations Specialist for approval. Provide mapping of power coming into and out of MCC units on as-built drawings. Red line update existing original installation drawings/plans for future reference. As-built drawings should be submitted in both physical drawings, and electronic form via PDF format to the LPOC, and any additional facilities personnel as required. Provide initial startup with manufacturers technical representative present for the initial operation of all units. Provide three (3) printed copies of all warranty information, as-built drawings, and related information for operations and maintenance as well as one (1) electronic version to the site. Provide one electronic version of the warranty documents to the COR (as yet to be determined) and one electronic version of as-built drawings to the EPM. Provide on-site manufacturer's representative factory training to Location personnel for operations and maintenance. Contractor shall provide all submittal information for review and approval by Engineering Project Manager (EPM) and Location Point of Contact (LPOC), for new MCC(s) and all new related and additional equipment required for the installation and will be done prior to commencement of work. Please refer to Section L.7 (b) of the attached Clauses and Provisions for site visit information. Base Bid: The work includes but is not limited to: The contractor shall furnish all supervision,labor, materials, and equipment and perform all work necessary to remove the existing #7 Motor Control Center in Bldg. 1 Chemical Wing attic and replace with new Square D Model 6 motor control center (MCC) or approved equal. All work shall be performed in strict accordance with the terms, conditions, drawings and sow/specifications contained in this document. Add Alternate Option 1: Replace Motor Control Center in the Industrial Wing NOTE: The above general outline of principal features of the work does not in any way limit the responsibility of the Contractor to perform all work and furnish all labor and materials required by the plans and specifications. SIZE OF PROJECT: In accordance with FAR 36-204, the estimated price range is between $1,000,000 and $5,000,000. Davis Bacon Wage Determination will apply. NAICS CODE: 238210 SET ASIDE: This procurement is being set aside for Small Business. Proposals are due 08/01/2022, 3:00 PM CT, (COB). PROPOSAL SCHEDULE In order to be considered responsive, a proposal must propose on all items in the quantities stated in the schedule. B.2 SCOPE OF WORK The work includes but is not limited to: The USDA, Agricultural Research Service (ARS) Southeast Area (SEA) Southern Regional Research Center located in New Orleans, LA., has a requirement to remove the existing #7 motor control center in Bldg. 1 Chemical Wing attic and replace with new Square D Model 6 motor control center (MCC) or approved equal. The work consists of and is not limited to providing all supervision, labor, materials, supplies, equipment, quality assurance and other related services and materials as required to: 1) Safely de-energize and lock out existing motor control center (MCC) that's being replaced from current power source. 2) Dismantle and disconnect all components of the existing MCC and remove from the Bldg. 1 Chemical Wing attic and dispose of properly. 3) Install 1 new Square D Model 6 MCC into the same footprint as the old unit and re-connect as required to bring the Chemical Wing fume hood that this MCC serves back up to the same operating specifications as were in place prior to new MCC replacement. 4) Check, test, and adjust all units and programming as required, to meet all current ARS Laboratory requirements for both performance and safety. 5) Document connections and power sources that supply power to the new MCC, label all power sources and power distributions on new MCC to required specifications, and to match existing labeling of existing MCC for fume hoods or exhaust fans being powered by MCC. 6) Coordinate all work, and work schedules with Facilities Operations Specialist and SRRC center management personnel as required. Work should be scheduled to be performed during and after normal working hours, on the weekends, or during Federal Holidays to minimize disruption to research. Contractor shall submit a schedule of affected laboratories by room number, date, time, and duration of fume hood shutdown to the Facilities Operations Specialist for approval. 7) Provide mapping of power coming into and out of MCC units on as-built drawings. Red line update existing original installation drawings/plans for future reference. As-built drawings should be submitted in both physical drawings, and electronic form via PDF format to the LPOC, and any additional facilities personnel as required. 8) Provide initial startup with manufacturers technical representative present for the initial operation of all units. 9) Provide three (3) printed copies of all warranty information, as-built drawings, and related information for operations and maintenance as well as one (1) electronic version to the site. Provide one electronic version of the warranty documents to the COR (as yet to be determined) and one electronic version of as-built drawings to the EPM. 10) Provide on-site manufacturer's representative factory training to Location personnel for operations and maintenance. Request for Proposal 12405B22R0019 Contractor shall provide all submittal information for review and approval by Engineering Project Manager (EPM) and Location Point of Contact (LPOC), for new MCC(s) and all new related and additional equipment required for the installation and will be done prior to commencement of work. EPM will also have quality control and final payment approval. Should Option 1 be exercised for the Industrial Wing MCC replacement, the above Description of Work applies to that option as well. All questions pertaining to this solicitation, including questions that arise during the site visit, must be submitted to huron.virden@usda.gov by July 21, 2022. Questions that are not submitted in writing or that are not submitted by July 21, 2022, may not receive a response. Questions/answers discussed at the site visit will not be binding on the resultant contract unless submitted in writing and incorporated into the solicitation by amendment In accordance with FAR 36.204, the magnitude of the construction requirement is between $1,000,000 and $5,000,000. ADDITIONAL OFFER INFORMATION Proposal MUST be received not later than 3:00 p.m. August 01, 2022. Proposal must be in writing and emailed to: Huron Virden, Contract Specialist USDA, ARS, SEA AAO 141 Experiment Station Road Stoneville, MS 38776 Emailed to huron.virden@usda.gov PROPOSAL MUST BE ANNOTATED AS SUCH AND REFERENCE THE SOLICITATION NUMBER. Please include a detailed breakdown of price with various cost elements (e.g. materials, sub-costs, controllers, etc.) Additional proposal instructions can be found in Section L. BONDING Bid Guarantee: A bid guarantee is required in an amount not less than 20 percent of the proposed price but shall not exceed $3,000,000 (for proposals of $35,000 or more). Failure to furnish the required bid guarantee in the proper form and amount, by the due date and time of proposals, shall require rejection of the proposal in all cases except those listed in Federal Acquisition Regulation (FAR) 28.101-4. Bid Bonds must be provided using Standard Form 24 (see FAR 28.106-1) electronic versions of Bid Guarantee will be accepted. Individual sureties have to be acceptable to the Contracting Officer (see FAR 28.203) and be accompanied by Standard Form 28 Affidavit of Individual Surety. Other forms of offer security are acceptable as denoted in solicitation provision FAR Part 28.203-2. The cost of a Bid Guarantees will not be reimbursed. After award, in accordance with Contract Clause 52.228-15, and FAR 28.102, Contractors are reminded that any amount awarded over $35,000.00 shall require a Payment Bond (SF 25A), and awards exceeding $150,000.00 shall require both Payment and Performance Bonds (SF 25). Payment and Performance bonds are due no later than 10 days after notification of award. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 26 - Electrical.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents