News

BUREAU OF INDIAN AFFAIRS (BIA), SAN CARLOS IRRIGATION PROJECT, (SCIP) AE IDIQ FOR PRE-DESIGN INVESTIGATION AND DESIGN OF POWER TRANSMISSION INFRASTRUCTURE

Type of document: Contract Notice
Country: United States

BUREAU OF INDIAN AFFAIRS (BIA), SAN CARLOS IRRIGATION PROJECT, (SCIP) AE IDIQ FOR PRE-DESIGN INVESTIGATION AND DESIGN OF POWER TRANSMISSION INFRASTRUCTURE

Agency:
Department of the Army

Official Address:
915 Wilshire Blvd, Suite 930 Los Angeles CA 90017-3401

Zip Code:
90017-3401

Contact:
Christina M. Chavez, Contract Specialist, Phone 2134523246, Email christina.chavez@usace.army.mil тАУ Roger W. Chapin, Contracting Officer, Phone 2134523244, Email roger.w.chapin@usace.army.mil

Link:

Date Posted:
23/03/2018

Classification:
C

Contract Description:

The U.S. Army Corps of Engineers, Los Angeles District is planning to conduct market research for Sources Sought Notice W912PL-18-S-0011 on March 20, 2018. The Industry Day Forum will allow USACE to obtain industry capability in support of this Indefinite Delivery/Indefinite Quantity Contract (IDIQ) Architect-Engineer (A-E) Contract to provide Pre-Design Investigation and Design Services for the Bureau of Indian Affairs (BIA), San Carlos Irrigation Project, (SCIP) Power Transmission Infrastructure Improvements Projects(s) located in Coolidge, AZ.

The planned agenda is presented herein.

8:30 тАУ 9:00 Arrival and Registration.
9:00 тАУ 9:15 Welcome and Opening Remarks
9:15 тАУ 9:30 BIA SCIP Program and Area Overview
9:30 -10:00 Discuss upcoming contracting opportunities
10:00 -10:30 Review Draft Solicitation
10:30 -11:00 Open forum. тАУ Q & A

Location:

Small Business Administration
Arizona District Office,
2828 N Central Ave, Suite 800 Conference Room
Phoenix, AZ 85004

Audio and video conference will NOT be available for this event.

The purpose of this event is to inform various members of the Architect-Engineering community about this upcoming project. No reimbursement will be made for any costs associated with attendance to this event. Respondents will not be notified of the results of the evaluation. No proposals are being requested or accepted with this event and no contract will be awarded as a result of participating in this event.

Please RSVP with Claudia Garcia, (602) 230-6924 or by email at claudia.garcia@usace.army.mil

This is a Sources Sought Notice to conduct Market Research for an Indefinite Delivery/Indefinite Quantity Contract (IDIQ) Architect-Engineer (A-E) Contract to provide Pre-Design Investigation and Design Services for the Bureau of Indian Affairs (BIA), San Carlos Irrigation Project, (SCIP) Power Transmission Infrastructure Improvements located in Coolidge, AZ,

The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the Architect-Engineering community. No reimbursement will be made for any costs associated with providing information in response to this synopsis. Respondents will not be notified of the results of the evaluation. No proposals are being requested or accepted with this notice and no contract will be awarded from this synopsis.

The work under this A-E Services Indefinite Delivery Contract is for International and Interagency Support (IIS) and the geographic predominance of work is in the vicinity of Coolidge, AZ in accordance with Public Law 92-582 (Brooks Act), FAR 36.6 and the Engineering Pamphlet (EP) 715-1-7. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. One contract will be awarded. Estimated duration is up to five (5) years, base period of three (3) years and one (1) two year option period. Maximum order limit is $9,800,000.00 for the life of the contract, including option.

Project Information: All work under this contract will be initiated by the issuance of task orders. The A-E shall furnish all services, materials, supplies, plant, labor, equipment, superintendence, and travel as required in connection with the services more specifically identified within each task order. The work and services shall consist of planning and formulating reconnaissance and feasibility studies, pre-design investigation and design for Power Transmission Infrastructure Improvements that encompasses 28 substations and SCIPтАЩs Coolidge Office. The A-E shall serve as technical advisor to the USACE Project Delivery Team (PDT) members and technical disciplines on any potential concerns that might impact the project. General requirements include:

I. Geotechnical Investigation & Grounding Design of substations and field personnel visiting substations will be qualified to work in and around high and medium voltage substations and be familiar with the live energized parts of a substation. This will include preparing geotechnical reports, design and testing of ground grids, and designing grounding systems in accordance with IEEE Std 81-2012, IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Grounding System; тАЬTesting and Evaluating Grounding Systems of High Voltage Energized Substations: Alternative ApproachesтАЭ (Boaventura, July 1999, IEEE Transactions on Power Delivery, 14 (3), 923-927; IEEE Std 80-2000, IEEE Guide for Safety in AC Substation Grounding.. Measuring earth resistivity shall be done using Iris Instruments SYSCAL R1 Plus or Advance GeoSciences, Inc. MiniSting due to the desert soil conditions in Arizona. The A-E shall have a minimum of 10 years of verifiable experience in the design of substation grounding experience. Two of those years shall include experience in locations similar to SCIPтАЩs territory тАУ arid, desert, extreme temperature ranges, soil conditions, elevation, etc. The A-E shall provide an written procedure in testing and recording data and demonstrate its proficiency in using the equipment at one of SCIPтАЩs substations that it chooses by following the written procedure at a SCIP substation of the A-EтАЩs choosing prior to being allowed to access all of the other SCIP substations. The A-E shall consider all substations to be energized during the testing and data recording and take appropriate safety measures.

II. Geographical Information Systems (GIS) Design. All applicable data and results will be incorporated into a Geographical Information Systems (GIS) format compatible with ArcGIS 10.2.2. GIS data shall follow the Spatial Data Standards (SDS), as described by CADD/GIS Technology Center, Federal Government. The GIS data shall be capable of being imported into SCIPтАЩs power system software for modeling of its electrical transmission, substation and distribution system. The A-E shall use a 64-bit electrical system modeling software capable of importing GIS data to create the model and perform short circuit (IEEE 399, IEEE 141 and IEEE 242) coordination (IEEE 399 and IEEE 242), load flow (3-phase and unbalanced), arc flash (IEEE 1584), harmonics, underground cable thermal analysis (Neher-McGrath), system grounding & earthing, dynamics & transient analysis. The modeling software shall be from one manufacturer with a minimum of four software license seats for USACE/SCIP personnel. The A-E shall model and analyze SCIPтАЩs overhead 69kV, 12.47kV and 4160V system using PLS-CADD (Power Line Survey Computer Aided Design Drawings), PLS Tower and PLS Pole software from Power Line Systems, Inc. A part of SCIPтАЩs 69kV system has already been modeled under PLS-CADD and to maintain continuity and expand upon the existing work, this manufacturer and associated modules are being required to be used. The A-E shall field verify existing conditions and record existing site conditions with digital photographs with a minimum of 4 megapixel resolution. The A-E shall have a minimum of seven years of verifiable work experience in using Power Line Systems software modules, modeling and analyzing multiple electrical systems of comparable size and complexity to SCIPтАЩs overhead 69kV, 12.47kV and 4160V system.

III. Operation & Maintenance (O&M) Design. Perform an inspection and testing of SCIP equipment and substations meeting ANSI/NETA MTS-2011, Standard for Maintenance Testing Specifications for Electrical Power Equipment and Systems. Inspection and testing shall be done by NETA certified electrical testing technician with a minimum of seven years of verifiable experience in equipment deployed throughout SCIP territory. Three of those seven years shall be in the State of Arizona due to the temperature extremes and environment. The A-E shall work with SCIP in creating an O&M computer database and report format to record results of these tests. The database shall be accessible to the budgeting and accounting software SCIP uses for budget and accounting activities. The A-E shall create an O&M schedule and identify preventative maintenance to be inclusive in the O&M computer database.

IV. Design. Design a Data/Communication Backbone System for the entire SCIP service area. The data/communication backbone system shall be used for SCADA system, Electronic Security System (ESS), Weather Stations, Thermal Imaging CCTV system and remote customer electric meter reading/controlling. The central office will be located at SCIPтАЩs Coolidge office. From the SCIPтАЩs Coolidge office the data from all other substations shall be brought back to. The customer electric meter data exchange shall be between the customer electric meter and the local substation. The data/communication backbone system shall meet the requirements set forth by the Bureau of Reclamation The data/communication backbone system shall be the same type of equipment at each substation to minimize SCIPтАЩs training, spare part inventory, troubleshooting and setup. The collection of customer electric meter data shall be the same throughout SCIPтАЩs territory to minimize SCIP training, spare part inventory, troubleshooting and setup. The A-E shall design the SCADA and Electronic Security System.The SCADA data (voltage, current, power factor, kVA, kVAR, kW, kVAh, KVARh, kWh, etc.) shall be saved in a computer database and exported to SCIPтАЩs
power system modeling software. The Electronic Security System shall include high-definition CCTV system with video analytics. The ESS data shall be saved to a computer database. The A-E shall have a minimum of ten years of verifiable work experience in this area on an electric system of comparable size.

V. Physical Security Assessment and Design. Provide Physical Security assessment and design at 28 SCIP Substations. The Physical Security Specialists tasked with this job shall be familiar with utility power systems and have experience working in energized substations. All recommendations will be based on Department of the Interior Security and Power Industry Security Requirements, and in consideration of Department of Defense Security Requirements.

VI. Metering Program & Billing Integration Assessment and Design. Provide smart metering program assessment and design, which includes meter/socket evaluation and upgrade/retrofit, software, and physical head end equipment. Evaluate existing billing software for replacement with I-210+c SmartMeter or equivalent. Document existing SCIP business practice; identify inefficient and ineffective practices with recommendations for improvement according to Power Industry Standards of Practice.

VII. Substation Assessment and Design. Conduct an assessment of the BIA SCIP substations, document and provide construction documents for repairs and/or replacement of SCIP substations to meet IEEE C2 and NFPA 70. Provide all substation equipment acceptance testing, including optional tests, in accordance with the latest ANSI/NETA ATS-2013, Standard for Acceptance Testing Specifications for Electrical Power Equipment and Systems Personnel shall be certified electrical testing technician (ANSI/NETA ETT) with a minimum of seven years of verifiable experience. Three of those seven years shall be in the State of Arizona due to the temperature extremes and environment. Provide engineering, design, construction management services in the support of SCIPтАЩs electrical transmission, substation and distribution systems. The A-E shall have a minimum of fifteen of verifiable design experience on substations fed from 115kV and 69kV systems.

VIII. Data Analysis & Migration Design. Conduct analysis of the existing BIA SCIP GIS and billing data; and design the data migration to a facility management software, and power system package software meeting the requirements of BIAтАЩs existing software and the new SCIP system. Security measures shall meet the requirements of the Dept of Interior and SCIP IT personnel. The A-E shall have a minimum of five years of verifiable design and installation experience on a customer base of at least 13,000.

IX. Environmental Planning and Compliance: Provide environmental planning and environmental compliance services using qualified environmental personnel. Services include but are not limited to preparation of a NEPA-complaint document appropriate to the scale, intensity of potential environmental impacts, and public interest. Provide support for public outreach activities as applicable per NEPA requirements which may include public notices or public scoping meetings. Conduct literature searches, develop baseline environmental conditions, and assess environmental impacts for applicable environmental resources. Conduct field surveys at the appropriate level and as need for various environmental resources including but not limited to biological and ecological resources; cultural resource; and aquatic resources. Provide modelling for air quality, noise, and traffic impacts as needed. Ensure compliance with applicable environmental laws, regulations, and Presidential Executive Orders including but not limited to the Endangered Species Act, National Historic Preservation Act, Clean Air Act, and Clean Water Act. Provide support for coordination and consultations with regulatory and resource agencies as needed. Conduct research and surveys for hazardous material and prepare CERCLA-compliant ECP reports at a level appropriate to the extent of potential contamination that may be required for potential real estate transactions.

The North American Industrial Classification System (NAICS) Codes applicable to this IDIQ acquisition is 541330 Engineering Services. The Small Business Size Standard for this acquisition is $15.0M

Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis.

All technical evaluation factors and sub-factors have not been assigned at this time. Past Performance and Small Business Subcontracting Plans may be evaluated. If your company is interested in this project, please provide a Statement of Capability (SOC) stating your skills, experience and knowledge required to perform the specified type of work, responses shall be limited to 10 pages.

(1) Offerors name, address, point of contact, phone number, and email address.

(2) Intent to submit a SF 330 on this project when it is formally advertised

(3) FirmтАЩs (teaming arrangements, joint venture, Subcontractors and Outside Asosicates and Consultants) capability  to perform a contract of this magnitude and complexity (include firmтАЩs capability of A-E contracts with similar scopes, comparable work performed within the last ten (10) years: Brief description of project, project location, customer name, timelines of performance, customer satisfaction, and dollar value of the project)- Provide at least five (5) examples.

(4) Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)). Offerors Joint Venture information, if applicable, existing and potential. Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars.

Interested offerors shall respond to the Sources Sought Notice no later than 10:00 AM PST (local time), 30 March 2018. All interested contractors must be registered in www.sam.gov to be eligible for award of Government contracts.

Please submit your response by email to Christina.Chavez@usace.army.mil.

The submission of this information is for planning purposes only. The Los Angeles District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited.

DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA.

 

The purpose of the Amendment is to incorpate 50% to correct capability to perform and add language to (3) regarding Statement of Capabilty submssion.

Response Date:
033018

Sol Number:
W912PL-18-S-0011

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy