Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOURCES SOUGHT

N -- Installation Services for Hydroelectric Unit Control Modernization Equipment.

Notice Date
11/21/2006
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation, Lower Colorado Region Contracting Office, PO Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
LC-07-001
 
Response Due
12/5/2006
 
Archive Date
11/21/2007
 
Description
This is a sources sought synopsis for acquisition planning purposes. No formal solicitation for this work exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted. The Bureau of Reclamation, Lower Colorado Region has a requirement for labor installation services to install pre-manufactured Unit Control Modernization equipment (provided by the Government). The new equipment will be installed on 26 hydro generating units in the power plants at Hoover Dam, Arizona/Nevada; Davis Dam, Arizona; and Parker Dam, California. The Bureau of Reclamation, Lower Colorado Region is seeking responsible sources having capabilities of performing the work. Principal features of the work include, but are not limited to, providing qualified, skilled labor and supervision, and incidental materials to: (1) Remove and dispose of existing equipment including control panels, relay panels, unit excitation cabinets, and governor components, (2) Install hydroelectric equipment provided by the Government including new unit control cabinets; relay cabinets; excitation control cabinets, and hydroelectric governor components, (3) Install conduit, cabling, and interconnection wiring (#16 through #10 control wiring) between the new control cabinets and equipment; (4) Provide service support during the commissioning and testing of the new equipment; and (5) Provide electronic drawing revisions to electrical connection and schematic drawings showing removal and installation of equipment, cables, and wires. The proposed contract will be an Indefinite Delivery-Indefinite Quantity type contract with a base and four one-year option periods. Fixed-price task orders will be issued as each phase of the job is scheduled in coordination with generating unit outages. The estimated magnitude of each task order is $25,000 to $100,000 with a total contract value estimated between $1,000,000 - $5,000,000. This acquisition, when announced, will be conducted under North American Industry Classification System (NAICS) Code 238210 Electrical Contractors, small business size standard of $13M. Capability statements are to be submitted not later than December 5, 2006. The capabilities package submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to perform the principal components of work listed above. Packages should include the following information: (1) Business name, address, business size and type ( 8(a), HUBZone, Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number; (2) Demonstration of the firm's experience shown by providing a list of actual hydroelectric plant jobs completed, within the past five years, in which your firm completed the labor to install electrical cabinets, digital governor conversion components, and interconnection wiring. Include in the list only hydroelectric plant work for which your firm was entirely responsible for providing labor to install equipment and interconnect wiring between components. Additionally, for each hydroelectric plant listed, provide the following: a brief description of the work performed, project title, dollar value of the job, the plant name, plant location, hydro generating unit number, unit output (MW), and the customer's contact name and phone number for the work completed. Capability statements shall not exceed five pages in length. All responses to this sources sought notice shall be provided to Denise Colwell/LC-3111, Contract Specialist, P. O. Box 61470, Boulder City, NV 89006-1470 or via e-mail dcolwell@lc.usbr.gov. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.gov/.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=162073)
 
Place of Performance
Address: Hoover Dam, AZ/NV; Davis Dam, AZ; Parker Dam; CA
Zip Code: 89005
Country: USA
 
Record
SN01185053-W 20061123/061121220931 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.