Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

N -- Excitation system Replacment

Notice Date
6/24/2008
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - Central California Area Office (CCAO) 7794 Folsom Dam Road Folsom CA 95630
 
ZIP Code
95630
 
Solicitation Number
08SP200178
 
Response Due
7/2/2008
 
Archive Date
6/24/2009
 
Point of Contact
Teena Glasper Contract Specialist 9169897223 tglasper@mp.usbr.gov;
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Mid-Pacific Region of the Bureau of Reclamation is conducting a market survey in accordance with the Federal Acquisition Regulation (FAR) Part 10.001 to obtain feedback from industry regarding the general requirements for an upcoming procurement. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool to determine potential sources and interested parties for an intended procurement. If a solicitation is released it will be synopsized and posted at http://ideasec.nbc.gov. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The estimated value of the intended procurement is $500,000-$1,000,000. This procurement is for furnishing and installation of a new static excitation system for each of the existing two 192 MVA hydroelectric generators which includes: (1) Removing and disposing of existing static excitation equipment, including SCR bridges, circuit breakers, and associated equipment and (2) Furnishing, installing and testing (factory testing) new static excitation system including power potential transformers, circuit breakers, SCR bridges, digital voltage regulators with redundancy and associated limiters, instrumentation, protection, and control components. The government is considering setting this acquisition aside for HUBZone or 8(a) businesses. Response to this synopsis will be a major factor in determining if this acquisition will be set aside. ALL interested parties are requested to respond. If adequate interest or sufficient supporting documentation is not received from HUBZone or 8(a) concerns, the solicitation may be issued as a small business set-aside or unrestricted basis without further notice or may be canceled. All interested parties are encouraged to respond to this synopsis not later than July 2, 2008 at 1:00 PM PST. Please submit all requested documentation listed below to Teena Glasper via email: tglasper@mp.usbr.gov. Interested parties should submit a capabilities package not longer than 5 pages demonstrating the ability to perform the principal components of work listed above. Packages should include the following information: (1) Business name, address, Dun and Bradstreet number (DUNS), size classification based on NAICS size standard, socioeconomic classification (e.g., HUBZone, 8(a), etc.), and a point of contact, (2) a copy of the certificate issued by the SBA of your qualifications as a certified HUBZone or 8(a) small business concern, (3) a positive statement of your intention to submit an offer for this requirement as a prime contractor, (4) evidence of your experience performing work similar in type and scope to include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers and past experience regarding work similar to the type of work described below within the past 3 years, (5) please include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform the required work. In addition, Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102 and 4.1201, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on Annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov. The applicable North American Industry Classification System (NAICS) code is 335321 and the related small business size standard is 1,000 or few number of employees. However, the government reserves the right to change the classification if deemed necessary. It is anticipated that award of the contract will occur in September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=626030d19cd1a29c66d84785e22ae050&tab=core&_cview=1)
 
Place of Performance
Address: Folsom, California
Zip Code: 95630
 
Record
SN01599416-W 20080626/080624215123-626030d19cd1a29c66d84785e22ae050 (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.