Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
SOLICITATION NOTICE

K -- Columbia Mowry Pumping Plant - Motor Control Center Replacement

Notice Date
6/28/2011
 
Notice Type
Presolicitation
 
Contracting Office
MP-3800 - Division of Acquisition Services 2800 Cottage Way, Room E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
R11SY20238
 
Response Due
7/6/2011
 
Archive Date
6/27/2012
 
Point of Contact
Bettye Lou Mahoney Contracting Officer 9169785570 bmahoney@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 238210 and the related small business size standard is $14.0M. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The estimated cost of this project is between $100,000 and $250,000. This procurement will require 100% performance and payment bonds. Work is located near the San Joaquin River, Northeast of Mendota, California. Interested parties should include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone; 8(a), etc.), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work.(e) If bonding is required, also provide evidence of your bonding capacity; All interested parties are encouraged to respond to this notice, by e-mail to bmahoney@usbr.gov not later than close of business on 07/06/2011. The information provided in this announcement is all information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. Central Contractor Registration (CCR), as required by FAR 4.1102, applies 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. The offeror is required to submit their Representations and Certifications, as required by FAR 4.1201 via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The ORCA must be completed prior to award. The principal components of the work to be performed include: 1. Design, furnish, install, and test a new 600V Motor Control Center (MCC) system.2. Test for lead paint and asbestos immediately after Notice to Proceed. If any test results are positive, the contract will be modified to address the removal and disposal of the hazardous material.3. Furnish, install and test new motor cables between the new MCC and each of the 6 existing pumps. 4. Furnish, install and test new riser cables from the existing transformer to the new MCC system. 5. Furnish, install and test new 15 kVAR and 20 kVAR capacitors for power factor stability.6. Furnish and install one outer NEMA 3R enclosure for the new MCC system.7. Furnish and install one outdoor terminal box on the roof of the new outer NEMA 3R enclosure. 8. Provide the new MCC with Supervisory Control and Data Acquisition (SCADA) interfaces.9. Mark existing drawings to document current conditions prior to removing the existing MCC system. 10. Dispose of existing MCC system, which includes the MCC, the enclosures, the copper cable, capacitors, and other electrical devices after the Canal Company has salvaged the electrical devices that they wish to retain.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79c8c12d186cca179290562d8a54a5e3)
 
Place of Performance
Address: Near the San Joaquin River, Northeast of Mendota, California.
Zip Code: 93640
 
Record
SN02484163-W 20110630/110628234707-79c8c12d186cca179290562d8a54a5e3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.