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

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

Hart Mountain NAR Domestic & Utility Water System Upgrades - Phase 2
Build-out, Renovation, Infrastructure
Bidding
$2,500,000 CJ est. value
Plush, OR 97637

RFQ Contractor - BON Metering Enhancement
Renovation
Bidding
$2,000,000 CJ est. value
Cascade Locks, OR 97014

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

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

Design/Construct Domestic and Utility Water System Upgrades
Build-out, Renovation
Bidding
$2,500,000 CJ est. value
Plush, OR 97637

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

Enlisted Barracks 5 - New Construction
Renovation
Results
$9,440,000 CJ est. value
Hermiston, OR 97838

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

RFQ Contractor - DB Warm Springs Modernization Phase 1
Renovation
Bidding
$10,000,000 CJ est. value
Warm Springs, OR 97761

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

Last Updated 12/19/2023 08:09 AM
Project Title

Bradford Island Service Building PRQ Switchgear Upgrade

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 Construction start expected March 2024 , Construction documents
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 01/30/24
Owner View project details and contacts
Architect View project details and contacts
Description

The U.S. Army Corps of Engineers (USACE) Portland District is soliciting a Contract for the Bradford Island Service Building PRQ Switchgear Upgrade project. The proposed project will be a competitive, firm-fixed price (FFP) contract. Project Scope: The scope of this project consists of the Contractor furnishing all supervision, engineering, labor, materials, and equipment to perform the following work in strict accordance with the detailed requirements of this contract. Contract duration is estimated to be approximately 2 years from notice to proceed (NTP). The U.S. Army Corps of Engineers, Portland District, has a requirement to replace aging electrical equipment in accordance with the details provided below for the requested project. 1. Replace the existing 480V switchboard and station service transformers located in the Bradford Island Service Building. 2. Relocate the new transformer disconnect switches and (2) 1,500 kVA transformers directly outside the existing electrical room. 3. The new 480V switchgear and associated equipment will be housed in the existing electrical room. 4. Provide an exhaust fan or AC system to provide cooling for the electrical room. 5. Provide panic hardware for existing electrical room doors, fire stopping for all conduit penetrations through rated walls, fire extinguishers, and emergency lighting as required for life safety code compliance. The project is located at the Bradford Island Maintenance Building, Bonneville Dam in Multnomah County, Oregon. Contract Period of Performance: The estimated Period of Performance for this contract is 625 days after Notice to Proceed. Magnitude of Construction: $1,000,000.00 to $5,000,000.00 Set Asides and Codes: 100% Small Business set-aside. The North American Industrial Classification Code (NAICS) for this potential requirement would be 238210, "Electrical Contractors and Other Wiring Installation Contractors". The related size standard is $19M. The Product Service Code (PSC) is J059, Maint/repair/rebuild Of Equipment- Electrical and Electronic Equipment Components. Selection Process: This is a Total Small Business Set-Aside competitive acquisition using Best Value Tradeoff (BVTO) source selection procedures. The Government intends to award a single, firm-fixed price construction contract to the responsible offeror whose proposal represents the best value after evaluation in accordance with the evaluation factors in the solicitation. The Government reserves the right to accept other than the lowest priced offer or to reject all offers. Offerors shall submit a technical proposal and a price proposal. The evaluation results of the non-price and price proposals will determine an awardee. All non-price factors are approximately equal in importance. All non-price evaluation factors other than price, when combined, are significantly more important than price. THE SELECTION PROCESS MAY CHANGE IN THE SOLICITATION. Discussions: The Government intends to make an award without discussions but reserves the right to conduct discussions should discussions prove to be necessary or advantageous to the Government. Because the Government does not intend to hold discussions, offerors are encouraged to include their best pricing in their initial proposal. Anticipated Solicitation Release Date: The government anticipates releasing the solicitation in late January 2024. The closing date for proposals will be approximately 30 days later. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details may be found in the solicitation when it is posted. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to submission of bids and prior to receiving an award. Point of Contact: The USACE-NWP points of contact for this action are Andrew Sprys at andrew.j.sprys@usace.army.mil and Clinton Jacobsen at clinton.m.jacobsen@usace.army.mil. Email is the only method for receiving responses to this pre-solicitation notice. 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. This Pre-solicitation Notice is for the Purpose of Informing Industry That This Solicitation Will Be Posted on Sam on or About 30 January 2024. This Notice is Not a Request for Proposals and Proposals Received as a Result of This Pre-solicitation Notice Will Not Be Accepted or Evaluated. The Government Reserves the Right to Cancel This Solicitation Either Before or After the Closing Date. No Reimbursement Will Be Made for Any Costs Associated With Providing Information in Response to This Presolicitation Notice or Any Follow-up Information Request.

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