Similar Projects
Fire Extinguisher Maintenance Services
Term Contract
Design
The Dalles, OR 97058

142 WG B235 Addition and Alteration Construction
Addition, Demolition, Renovation, Infrastructure - 6,500 SF
Design
$10,000,000 CJ est. value
Portland, OR 97204

Enlisted Barracks 5 - New Construction
Renovation
Bidding
$13,000,000 CJ est. value
Hermiston, OR 97838

Roof and Sheetrock Repair - White City VAMC, OR - Dept of Veterans Affairs
Renovation
Bidding
$100,000 CJ est. value
White City, OR 97503

Naval Operational Support Center (NOSC)
Addition, Demolition, New Construction, Renovation, Infrastructure
Post-Bid
$10,000,000 CJ est. value
Portland, OR 97217

USDA Timber Lake Multi Building HVAC
Build-out, Renovation
Post-Bid
$250,000 CJ est. value
Estacada, OR 97023

Building 155 Emergency Egress Project
Renovation
Results
$39,800 CJ est. value
Portland, OR 97218

Rees Training Center Helicopter Dip Pond Liner Installation
Infrastructure
Results
$50,000 CJ est. value
Hermiston, OR 97838

6240--Industrial Work Lights
Term Contract
Design
Roseburg, OR 97471

Kliever Armory Clean and Seal
Infrastructure
Bidding
$150,000 CJ est. value
Portland, OR 97218

VA Portland Pave Top Deck Building 102
Renovation
Post-Bid
$1,000,000 CJ est. value
Portland, OR 97239

USDA-ARS-PWA Forage Seed and Cereal Research Unit Prosser WA Construction of Hop Picker Building
New Construction, Infrastructure
Design
$500,000 CJ est. value
Corvallis, OR 97331

USDA Replace Rooftop Air Handling Units, HRS Corvallis
Build-out, Renovation
Bidding
$5,000,000 CJ est. value
Corvallis, OR 97330

RFQ D/B - Phase 2 of the Portland Veterans Affairs (VA) Seismic Retrofit and Renovation project
Demolition, New Construction, Infrastructure, Renovation - 324,000 SF
Post-Bid
$500,000,000 CJ est. value
Portland, OR 97239

Notice of Intent to Award a BPA Call Order Against MASBPAs for Forestry Vegetation Management
Term Contract
Design
Mount Hood Parkdale, OR 97041

Last Updated 09/06/2023 11:36 PM
Project Title

RFQ Contractor - BON Metering Enhancement

Physical Address View project details and contacts
City, State (County) Cascade Locks, OR 97014   (Hood River County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected March 2024
Bids Due View project details and contacts
Estimated Value $2,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

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. 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. 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. 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. 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. 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. 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. Anticipated Source Selection Process: The expected method to determine the best value to the government is Best Value Trade Off (BVTO) Project Specific Constraints and Challenges: High voltage work (115kV) Roof work of the powerhouse, with existing structures. Construction work to be between June and early October. Questions for Industry: Is there anything in our SOW that would discourage you from bidding Is there anything in our SOW that would cause enhanced pricing uncertainty Are there any market conditions or industry practices that you feel the government needs to be aware of 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: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. 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). 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. A description of work performed under similar project constraints and challenges listed under paragraph 4. 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. Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability in the form of a letter from Surety. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates) Responses to the government's questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. 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 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. 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. 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 The Method of Contractor Selection has not been determined at this Time. *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 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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