Kentucky Bids > Bid Detail

WOL GSU Transformer Replacement Project

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159509434319251
Posted Date: Dec 5, 2022
Due Date: Dec 10, 2022
Solicitation No: W912P522R0013
Source: https://sam.gov/opp/3ea4396e5b...
Follow
WOL GSU Transformer Replacement Project
Active
Contract Opportunity
Notice ID
W912P522R0013
Related Notice
W912P522SS0013
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT NASHVILLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 05, 2022 05:02 pm CST
  • Original Published Date: Aug 25, 2022 09:32 am CDT
  • Updated Response Date: Dec 10, 2022 10:00 am CST
  • Original Response Date: Sep 30, 2022 10:00 am CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 31, 2023
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N061 - INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 335311 - Power, Distribution, and Specialty Transformer Manufacturing
  • Place of Performance:
    Jamestown , KY 42629
    USA
Description View Changes

Update -Pre-Proposal Site Visit schedule on 09 December 2022 at 1200 p.m. Central Time at Wolf Creek Dam in Jamestown, KY. Address to arrive at is:



980 Power Plant Road

Jamestown KY 42629



** All participants are required to have personal protective equipment, i.e. hard hat, safety glasses, reflective vests, and steel-toed shoes before entering the project site. Contractors who do not have these items present at the site visit may not be able to participate in the visit.



An approved site visit request form will be needed for each individual attendee. This will be the only Site Visit for this project. If you miss the scheduled event, no other arrangements will be made due to personnel and time restrictions.



******** Site Visit Forms Submittal due no later than 06 Dec 2022 ********



**The Solicitation will be published later. The Technical Plans and Specifications will be posted for you to review prior to the site visit. Once the Solicitation is released questions will be accepted via the Government’s Bidder Inquiry Database – ProjNet.





RFP Synopses:



USACE Nashville District intends to issue a Request for Proposal (RFP) solicitation for this requirement. This is a Pre-Solicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance.



PROJECT DESCRIPTION: The Nashville District US Army Corps of Engineers intends to issue a Request for Proposal (RFP), W912P522R0013, for a firm-fixed price construction contract to manufacture, factory test, and deliver and install three (3), three-phase generator step-up (GSU) power transformers to the Wolf Creek Power Plant, Jamestown, KY.



No solicitation document exists at this time. The scope of work will be attached with the solicitation announcement. The solicitation is expected to be released on or around 05 December 2022. The intended start date for this project is approximately 30 days after contract award.



DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The estimated price range is between $10,000,000 and $20,000,000.



NAICS CODE AND SBA SIZE STANDARD: 335311 and 750 Employees



TYPE OF SET-ASIDE: None (Full and Open/Unrestricted)



ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available on the SAM.gov website. It is, and will continue to be, the responsibility of all potential offerors to monitor the SAM.gov website for any amendments, updates, responses to industry questions/comments, etc. The Government will not be maintaining a mailing list. The Proposal documents will be submitted electronically via the Solicitation Module of Procurement Integrated Enterprise Environment (PIEE) website https://piee.eb.mil/.



POINT-OF-CONTACT: The Primary Contract Specialist for this solicitation is Dellaria Martin, email: Dellaria.L.Martin@usace.army.mil . A Contracting Officer for this solicitation is Stacy Wiggins , email: Stacy.S.Wiggins@usace.army.mil. Any communication regarding this notice should be made in writing sent via email or facsimile and must identify the Solicitation number, company name, address, email address, phone number including area code, facsimile number, and point of contact.



PRE-PROPOSAL SITE VISIT: There is a Pre-Proposal Site Visit expected to take place on 09 December 2022 at 12:00 pm Central Time. Due to processing time constraints, the Government is accepting registration for the site visit during the pre-solicitation timeframe as indicated below.



U.S. Citizens: To register for the Pre-Proposal Site Visit, U.S. Citizens must fill out a U.S. Citizen Site Visit Request Form and submit to the Point-of-Contacts (POC) listed below no later than five (5) business days prior to the site visit.



Foreign Nationals (FNs): To register for the Site Visit, Foreign Nationals (FNs) shall submit a completed FN Site Visit Request Form and legible color copies of two (2) of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N 550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I-688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS- Form I571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POC. These documents must be submitted thirty (30) calendar days prior to the Pre-Proposal Virtual Meeting. Exceptions will be considered on a case by case basis but will be limited.



Both the U.S. Citizen Site Visit Request Form and the FN Site Visit Request Form are provided on SAM.gov with this notice. Only two (2) persons from each business entity will be permitted to attend the In-Person Site Visit. Any persons without an approved U.S. Citizen Site Visit Request Form or FN Site Visit Request Form will be removed from both the Site Visit.



Point-of-Contact: Please submit all site visit request forms to Dellaria Martin at Dellaria .L.Martin@usace.army.mil and Stacy.S.Wiggins@usace.army.mil. When you send your U.S. Citizen Site Visit Request Form or FN Site Visit Request Form, please put “W912P522R0013- (Foreign National or U.S. Citizen) Request Form- (Your Company Name)” in the subject line of the email. Please edit the information in parenthesis to match the request form you submit and your company name.



Place of Contract Performance:





Wolf Creek Power Plant



980 Power Plant Road



Jamestown, Kentucky 42629



United States




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 801 BROADWAY RM A604
  • NASHVILLE , TN 37203-1070
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >