SOURCES SOUGHT
H -- Calibration of and Inspection of Omicron Equipment for Hoover Dam
- Notice Date
- 11/7/2014
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Interior, Bureau of Reclamation, BOR - All Ofices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- R15PS00010
- Point of Contact
- Cris Forbes, Phone: 702-293-8149
- E-Mail Address
-
mforbes@usbr.gov
(mforbes@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such offers 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 North American Industry Classification System (NAICS) Code for this acquisition is 541380 Testing Laboratories. The small business size standard for NAICS Code 541380 is $14.0 million in average annual receipts. The proposed requirement is for yearly calibration, inspection, certification, and software updates of Omicron equipment currently being used by the Lower Colorado Dams Offices for a total of five years. The Omicron Test Equipment is used by the Electrical Test Shop at Hoover Dam to ensure compliance with NERC/WECC regulations for power generation and protection of the Bulk Electric System. Hoover Dam is operated by the U.S. Bureau of Reclamation, Department of Interior. The contractor shall perform (as a minimum) the following services. a. Calibration of equipment by Omicron Factory Certified facility. Must provide Omicron Certificate of Calibration and report with each equipment calibration. b. Inspection of equipment and inspection report identifying any issues found during inspection. c. Firmware and software revision updates. d. Adjustments needed to calibrate/tune equipment. e. Identified within inspection report all changes made to the equipment, any recommendations and price quote for any parts needing to be replaced. The anticipated that the start date will be on January 7, 2015. The capability statement shall address the requirement listed above, demonstrate the company's capability to provide maintenance support for Omicron Certified Calibration for Omicron test equipment, and describe previous procurements performed of similar size and complexity. Additionally, all responses to this sources sought shall include company name and address, business size and type (8(a), HubZone, Small Business, etc), and point of contact to include e-mail address and telephone number. Capability statements shall not exceed five pages in length. This information will be used to assist the Contracting Officer in developing the procurement strategy, in particular, including whether an 8(a) or Hubzone set-aside is warranted or if another socio-economic set-aside strategy is more appropriate. Should you be interested in this effort, please submit a capability package to Ms. Cris Forbes at the email address listed below. Statements are to be submitted no later than November 14, 2014 4:00 PM Pacific Daylight Time. All responses to this sources sought notice shall be provided to Ms. Cris Forbes, Contract Specialist, via e-mail mforbes@usbr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/900c1eebf763253b64a2e0679dcd5ab6)
- Place of Performance
- Address: Hoover Dam, AZ-NV, Boulder City, Nevada, 89005, United States
- Zip Code: 89005
- Zip Code: 89005
- Record
- SN03568981-W 20141109/141107233739-900c1eebf763253b64a2e0679dcd5ab6 (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 |