Troy Lock Automatic Transfer Switch Replacement
ID: W912DS25R0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of the Automatic Transfer Switch (ATS) at the Albany Field Office in Troy, New York. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure a seamless transition of power without exceeding a 30-minute outage during the installation of the new ATS, which must meet specific electrical ratings and operational standards. This project is critical for maintaining operational integrity and safety at the facility, ensuring compliance with various federal, state, and local codes throughout the process. Proposals are due by January 24, 2025, with the anticipated contract performance starting after April 15, 2025. Interested parties can contact Brian Winters at brian.h.winters@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications and details for various electrical components and assemblies related to a government project involving the deployment of 50 KVA pole-mounted transformers and associated infrastructure. It lists a variety of electrical equipment including transformers, breakers, cables, and panels, detailing their manufacturing information, sizes, cable lengths, and electrical ratings. Specifically, the document features various component IDs, manufacturers (like Siemens and Cutler-Hammer), trip types, and specifications for thermal magnetic circuit breakers, cable sizes, lengths, and power ratings for different functionalities, such as emergency systems and main distribution panels. By presenting this information systematically, the document serves as an essential reference for procurement, installation, and compliance in line with federal and state/local electrical standards. This structured data is fundamental for vendors bidding for government RFPs and grants, ensuring they meet the required specifications for such electrical projects.
    The file outlines the submittal procedures for the Replacement of Automatic Transfer Switch at Troy Lock, detailing the requirements for documentation and approval during the construction project. It specifies the types of submittals required, such as Preconstruction Submittals (SD-01), Shop Drawings (SD-02), Product Data (SD-03), Test Reports (SD-06), Certificates (SD-07), O&M Data (SD-10), and Closeout Submittals (SD-11), highlighting the need for government approval for specific submissions. Each submittal must be clearly labeled, comply with the contract specifications, and be organized in a structured format to ensure clarity and compliance. The document also emphasizes timely submission and coordination with government authorities while maintaining a well-documented Project Submittal Register to manage and track the approval process. Overall, these procedures ensure that the project adheres to safety, quality, and regulatory standards, facilitating efficient completion of the automatic transfer switch replacement.
    The document serves as an operator's manual for the ASCO Series 300 Automatic Transfer Switches (ATS), specifically detailing models rated at 260 and 400 amps. It emphasizes safety warnings and installation procedures, requiring that an experienced electrician perform the installation. The manual consists of several sections, including installation guidance, operational sequences, testing and servicing instructions, and details on control features, including programmable engine exercisers. Key operational features involve automatic load transfer between normal and emergency power sources based on voltage conditions, with built-in time delays to prevent nuisance tripping. Preventive maintenance recommendations include regular testing and inspection protocols to ensure reliability. The document also outlines troubleshooting steps and adjustment procedures for various operational settings. This manual is critical for ensuring efficient functioning and compliance with safety standards for ATS installations, likely required for government entities involved in infrastructure grants or requests for proposals (RFPs) concerning energy management and backup systems.
    The report from Power System Engineering provides a detailed analysis of the electrical power system at the Troy USACE Facility in Troy, NY. It includes a short-circuit analysis, overcurrent device coordination assessment, and arc flash hazard evaluation. The analysis aims to ensure compliance with NEC standards while enhancing safety and operational efficiency. Key findings indicate that all evaluated electrical devices can adequately withstand maximum three-phase short-circuit currents, with specific recommendations for cable sizing and overcurrent protection. Notably, it was recommended that specific cables be upgraded to ensure compliance with protection standards. Arc flash analysis determined necessary personal protective equipment (PPE) levels to safeguard workers from potential hazards. The report emphasizes the importance of ongoing assessment and re-evaluation to maintain system integrity and safety amidst changes in equipment or utility supply conditions. Overall, this comprehensive analysis serves as a guideline for improvements and adherence to safety regulations in power system management within the federal facility context. The findings are critical for informing future maintenance and upgrade efforts in line with federal RFPs and grants aimed at enhancing operational safety and reliability within the electrical power distribution system.
    The document pertains to RFP W912D25R0005 for replacing the Automatic Transfer Switch (ATS) at Troy Lock. It responses to various inquiries from bidders regarding project requirements. The delayed transition of the ATS is confirmed as mandatory. The project adheres to prevailing wage standards set by SCA Wage Determination WD 2015-4143. Due to the larger size of the new ATS and the necessity of a concrete pad, contractors are instructed to include this in their bids while adhering to relevant specifications and standards. The document advises against removing existing trees for space but allows for relocating the ATS if deemed necessary. Temporary power provisions are discussed; if other buildings experience a power outage exceeding four hours, generators must be provided, particularly for the security shack outside working hours. Additionally, there is acknowledgment of a lengthy equipment lead time, which will affect the project's period of performance once the contract is awarded. Overall, this document clarifies project expectations and logistical considerations critical for bidders in alignment with federal contracting protocols.
    The document outlines a Request for Proposal (RFP) from the U.S. Army Corps of Engineers for replacing an Automatic Transfer Switch (ATS) at the Albany Field Office in Troy, NY. The contractor is to provide all necessary labor, equipment, and materials, ensuring a seamless transition without interrupting power for more than 30 minutes. Key requirements include using an ATS with specific electrical ratings and conducting thorough testing, including a load test of the existing generator. The work must adhere to various federal, state, and industry standards, including safety and security protocols for contractors accessing government facilities. The proposal timeline indicates offers are due by December 6, 2024, with anticipated contract performance starting after April 15, 2025. Additionally, the document incorporates federal wage determinations for contractor employees, ensuring compliance with labor laws. Overall, this RFP emphasizes the government's commitment to maintaining operational efficiency and safety standards while engaging small business contractors.
    This document is an amendment to the solicitation for a contract titled "Troy Lock Automatic Transfer Switch Replacement" issued by the U.S. Army Corps of Engineers. Key changes include an extension of the response date from December 5, 2024, to January 24, 2025, and a shift in the acquisition set-aside criteria from Small Business to Women-Owned Small Business (WOSB) eligible under WOSB Program. The Statement of Work (SOW) entails replacing an existing Automatic Transfer Switch (ATS) at the Albany Field Office in Troy, NY. The contractor is responsible for providing all necessary labor and materials, maintaining temporary power during the replacement, and ensuring compliance with various federal, state, and local codes. Additionally, the contractor must conduct load tests on the existing generator, adhere to specific safety and security protocols while on site, and manage clean-up operations after completion. The document emphasizes the importance of maintaining operational integrity and safety throughout the project timeline and provides detailed protocols for contractor access and operational standards. Overall, the amendment updates essential details regarding project execution, compliance requirements, and contractor obligations, reflecting the government's ongoing commitment to responsible procurement and project management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Transformer Three Replacement, Bull Shoals Powerhouse
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Little Rock District, is seeking proposals for the replacement of Transformer Three at the Bull Shoals Powerhouse. This procurement involves the removal and replacement of the existing transformer with a three-phase gas-insulated GSU 120,000 kVA transformer, and includes both supply and construction components, with the construction portion estimated between $1 million and $5 million. The solicitation will be conducted under Full and Open Competition, utilizing FAR Part 15 as a Request for Proposals (RFP), and will be evaluated based on the Best Value - Trade Off method. Interested offerors must be registered with the System for Award Management (SAM) and can contact Sarah Hagood at sarah.n.hagood@usace.army.mil or Shelby Henson at Shelby.m.henson@usace.army.mil for further information.
    Little Goose Spare Transformers for Lower Snake River Plants
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers, is seeking proposals for the design, manufacture, and testing of generator step-up transformers for the Lower Snake River Plants, specifically the Little Goose Spare Transformers project. This procurement involves two types of transformers and will utilize a firm fixed-price contract strategy over an estimated period of 1,460 days, with a best value trade-off acquisition approach to ensure optimal proposals are selected. The project is critical for maintaining infrastructure reliability and efficiency, with anticipated solicitation and award dates set for March 2025 and July 2025, respectively. Interested parties can reach out to Alan Inglis at alan.n.inglis@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further information and guidance on participation.
    Troy Lock (AFO) Mooring Pier
    Buyer not available
    The U.S. Army Corps of Engineers, New York District, is seeking qualified contractors for the repair of the mooring structure at the Troy Lock and Dam, located in Troy, New York. This project, designated as a Total Small Business Set-Aside under NAICS Code 237990, involves significant repairs including the replacement of timber fenders with composite materials, structural reinforcements, and addressing various maintenance issues to ensure the safety and functionality of the facility. The mooring structure, essential for public and private vessel operations on the Hudson River, was originally constructed in 1968 and requires urgent attention due to identified structural deficiencies. Interested contractors should note that the estimated construction cost ranges from $1 million to $5 million, with a performance period of approximately 365 days from the notice to proceed. Bids must be submitted by 2:00 PM EST on March 25, 2025, and inquiries can be directed to Ms. Denisse Soto at denisse.m.soto@usace.army.mil or Mr. Mohenda Surage at mohenda.r.surage@usace.army.mil.
    RQ Building 65 Unit Substation Updates
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory at Wright-Patterson Air Force Base, Ohio, is seeking proposals for the RQ Building 65 Unit Substation Updates. This procurement involves the repair and replacement of outdated electrical substations and panelboards to ensure compliance with regulatory codes and enhance operational safety. The project is critical for maintaining the integrity of electrical infrastructure that supports ongoing aerospace research operations, with a focus on minimizing disruptions during the upgrade process. Proposals are due by March 24, 2025, at 10:00 AM EDT, and interested contractors should direct inquiries to Jessica Briggs at jessica.briggs@us.af.mil or Michael Hornberger for further details.
    6110--676-22-122 Replace Electrical Switchgear
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of electrical switchgear, transfer switches, generators, and transformers at the Tomah VA Medical Center in Wisconsin, under project number 676-22-122. The procurement aims to modernize critical electrical infrastructure to ensure reliable operational services, including steam heat and sterilization, as the existing equipment is outdated and prone to failure. This project is particularly significant as it underscores the VA's commitment to enhancing healthcare facilities for veterans while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested bidders must submit their proposals by March 27, 2025, at 10:00 AM CDT, and can direct inquiries to Contracting Officer Gregory T Block at Gregory.Block@va.gov. The estimated project budget ranges from $1,000,000 to $2,000,000.
    Generator Replacement Services
    Buyer not available
    The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to secure a contractor responsible for providing all necessary management, personnel, materials, and equipment to replace the main building generators and associated equipment under a firm-fixed-price contract, exclusively set aside for small businesses. This project is crucial for ensuring operational continuity for the facility, which serves approximately 600 retired military personnel. Interested offerors must submit their electronic quotations by February 27, 2025, and direct any inquiries to purchasing@fiscal.treasury.gov or kaity.eaton@fiscal.treasury.gov by February 21, 2025.
    K--Nathaniel "Nat" Washington Power Plant GSU Transformer Replacements
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified firms for the replacement of Generator Step-Up (GSU) transformers at the Nathaniel "Nat" Washington Power Plant, part of the Columbia Basin Project in Washington. The project involves supplying, installing, and commissioning six new GSU transformers, along with the removal and disposal of existing units and associated equipment, while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining a reliable power infrastructure in the region, with an estimated project cost ranging from $100 to $175 million. Interested parties must respond to the Sources Sought Notice by April 15, 2025, and can obtain additional details by contacting Scott Cooper at smcooper@usbr.gov or by phone at 208-378-5104, following the completion of a Non-Disclosure Agreement.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of power supply units under a fixed-price contract. The procurement aims to ensure timely and efficient repair services, with a required Repair Turnaround Time (RTAT) of 60 days, emphasizing the importance of maintaining operational readiness for military equipment. Interested contractors must provide detailed quotes including unit prices, RTAT, and any capacity constraints, with the solicitation deadline extended to March 25, 2025. For further inquiries, potential bidders can contact Jamie Kershaw at 717-605-3233 or via email at jamie.kershaw@navy.mil.
    FY25 High Voltage Switch Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to perform repairs on a Cooper High Voltage switch at Fairchild Air Force Base in Washington. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to address a critical failure involving a burned 600-amp bushing, ensuring compliance with federal, state, and local regulations throughout the process. This procurement is part of the Air Force's commitment to utilizing small businesses for essential maintenance services, with a total small business set-aside designation under FAR 19.5. Interested vendors must submit their quotes referencing RFQ FA462025QA956 by March 25, 2025, and can contact Ryan A Moffett or Brian M Fernandez for further information.
    SXHT 12-1092 Repair Emergency Power SFS B1319
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and upgrade of emergency power systems at Facility B1319 located at Patrick Space Force Base in Florida. The project aims to enhance the facility's electrical load capacity, replace the existing automatic transfer switch (ATS), and install new electrical circuits to ensure reliable backup power during outages. This procurement is particularly significant as it is set aside for service-disabled veteran-owned small businesses, reflecting the government's commitment to supporting this demographic in federal contracting. Interested bidders should note that the estimated project cost ranges from $500,000 to $1,000,000, with a performance period of 180 days, and bids are expected to open around March 18, 2025. For further inquiries, potential bidders can contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.