Similar Projects
RFQ Contractor - Construct Fire Station Bay Storage Area at Malmstrom Air Force Base (MAFB)
New Construction, Infrastructure - 20,000 SF
Conception
$10,000,000 CJ est. value
Malmstrom AFB, MT 59402

Groundwater Well Field and Transmission Construction - WIF32 - City of Bozeman
Infrastructure
Conception
$7,500,000 CJ est. value
Bozeman, MT 59715

The Charles Hotel - Compass Construction
New Construction, Infrastructure - 86,000 SF
Design
$34,000,000 CJ est. value
Kalispell, MT 59901

Phase 1 Collection System Rehabilitation
Infrastructure
Design
$1,950,000 CJ est. value
Glendive, MT 59330

Blackfeet Reservation Apartment Complex, Browning MT
New Construction, Infrastructure
Bidding
$10,000,000 CJ est. value
Browning, MT 59417

Raw Water Intake, Pump Station, and Pipeline
New Construction, Infrastructure, Renovation
Bidding
$50,000 CJ est. value
Fort Smith, MT 59035

Lone Peak High School - Phase 2 Addition And Renovation - Bid Package #2
Renovation, Term Contract, Infrastructure, Alteration
Post-Bid
Gallatin Gateway, MT

Trail Creek Salvage Road Work
Infrastructure
Post-Bid
$300,000 CJ est. value
Helena, MT 59601

Groundwater Wells
Infrastructure
Results
$277,200 est. value
Helena, MT 59602

Yellowtail Spillway Concrete Repair
Renovation
Results
$1,000,000 to $5,000,000 est. value
Fort Smith, MT 59035

Joint City-County Law and Justice Center - Gallatin County and City of Bozeman
New Construction, Renovation, Infrastructure
Construction
$29,000,000 CJ est. value
Bozeman, MT 59715

2022 Street Improvement Project
Infrastructure
Construction
$615,307 CJ est. value
Lewistown, MT 59457

Taco Bell Remodel - East Idaho Street / Kalispell
Infrastructure, Build-out
Pending Verification
$300,000 CJ est. value
Kalispell, MT 59901

Parkland Meadows Mixed-Use Development
New Construction, Infrastructure
Pending Verification
$150,000,000 CJ est. value
Kalispell, MT 59901

Oak (Flanders Mill to Ryun Sun Way) - SIF057 - City of Bozeman
Infrastructure
Conception
$500,000 CJ est. value
Bozeman, MT 59718

Last Updated 08/22/2022 08:35 AM
Project Title

Libby Dam DC Boards and Breakers

Physical Address View project details and contacts
City, State (County) Libby, MT 59923   (Lincoln County)
Category(s) Heavy and Highway
Sub-Category(s) Dam/Tunnel, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected May 2022
Bids Due View project details and contacts
Estimated Value $3,866,064 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Aug 15, 2022 Contract Award Number: W912DW22C0004 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: EURDTQUCGAV5 Contractor Awarded Name: PICK ELECTRIC, INC. Contractor Awarded Address: Spokane, WA 99217-6707 USA Base and All Options Value (Total Contract Value): $3866064.00 Construction Project: Libby Dam DC Powerhouse Boards and Breakers, Libby, MT. Libby Dam was completed in 1973. Units 1 through 4 were placed into service in 1976. Installation of unit 5 was approved by congress in 1980 and placed into service in 1985. The station service battery was replaced in 2012 and will not be replaced. The DC lighting system was replaced in 2013. Currently, Station Battery (SB) DC Boards both 24/48 volt (V) and 125V cannot be taken down for maintenance due to the critical nature of the loads. Standard practice to date for both plant personnel and contractors has been to perform work/maintenance while the panels have been energized. Performing work on energized systems has significant electrocution and/or arc flash risk. An event of this type would significantly damage critical plant equipment causing the project to lose control of plant power production. In addition, the age of the panels makes getting replacement parts including replacement breakers difficult. This increases the risk of prolonged system outages of critical plant equipment. The purpose of the project is to upgrade electrical systems to reduce safety risks and improve system reliability. The following DC and Preferred AC scope of work includes: 125VDC System o The existing battery switchboard will be replaced with two redundant battery switchboards. o The battery chargers will be replaced with higher capacity chargers (400A). o The 125VDC load centers will be replaced. 24/48VDC System o The 24/48VDC switchboard will be removed and replaced with an enclosure to house the 125V main battery breaker and load bank connection. o The new 125VDC system will be used to feed the 24/48VDC loads through two new DC/DC converters. Preferred AC System o The existing inverter will be replaced, and a redundant inverter will be added to feed the powerhouse preferred AC system. o Manual bypass switches are to be added to bypass the inverters o CHO will be removed and replaced with two new redundant switchboards. o A redundant bypass transformer and two external manual bypass switches will be added at the CHO panels to increase system robustness. o AC load panels will be replaced and an additional panel will be added. Battery Room Modification o Due to inadequate space in the Preferred AC equipment room for new equipment installation, after the removal of the 24/48VDC battery in the battery room, a new pre-fabricated, nonstructural wall, separating the space containing the 125VDC battery from the space containing 24/48VDC battery, will be erected. This will create an additional room to house new DC and preferred AC equipment. o Install a fireproof door to allow access to the 125VDC battery room o Install new ductwork in the battery room to meet ventilation requirements Expected magnitude of construction is between $1 million and $5 million. Solicitation number W912DW22R0036 will be posted to the Sam.Gov site, on or about 05 Jan 2022. The solicitation will be a Request for Proposals (RFP). Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. See the solicitation for details about proposal due date. The NAICS code for this procurement is 335313, and the associated small business size standard is 1,250 employees. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the Sam.Gov website under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for a offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, log in to Sam.Gov and add the solicitation to your Watchlist. The Response Date listed elsewhere in this pre-solicitation notice is for Sam.Gov archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards. Contracting Office Address: Attn: CENWS-CTC PO Box 3755 Seattle, Washington 98124-3755 United States *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. Goals. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for the performance of the resultant contract: Small Business - 33% HUBZone Small Business - 3% Service-Disabled Veteran-Owned Small Business - 3% Veteran-Owned Small Business - 2% Small Disadvantaged Business - 5% Women-Owned Small Business - 5%

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 31 - Earthwork, Site Clearing, Grading, Excavation and Fill, Subgrade Preparation, Excavation, Shoring, Tunneling and Mining, Tunnel Excavation.
Division 35 - Waterway and Marine Construction, Dam Construction and Equipment.

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