Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOURCES SOUGHT

Z -- Elevator

Notice Date
6/16/2017
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
2017SS-0601
 
Archive Date
7/14/2017
 
Point of Contact
Myra Cordero, Phone: (928) 343-8134, Virginia Toldeo, Phone: (928) 343-8136
 
E-Mail Address
mcordero@usbr.gov, vtoledo@usbr.gov
(mcordero@usbr.gov, vtoledo@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ONLY. This Sources Sought notice is solely for information and planning purposes and does not constitute a Request for Proposals (RFP) or a promise to issue an RFP in the future. No formal solicitation for this work exists at this time. All qualified Contractors may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside or an alternate procurement strategy is warranted. We encourage all Small Business' to respond. The Government will not award a contract based upon Contractor responses to this announcement. The Government does not intend to award a contract and will not pay for any information or administrative costs incurred in response to this notice. The Bureau of Reclamation, Lower Colorado Region, Regional Office, has a requirement for the a contractor to provide all labor, equipment, material, supervision, etc., to perform the paired passenger elevator modernization which share the same cylindrical hoistway at the Hoover Dam Visitor's Center. The work consist of the complete replacement of all components with the exception of items such as the DC Motors, rails, and car frames. Components such as ropes and sheaves shall be replaced. The replacement components shall be for Variable Voltage, gearless traction machines and controllers. The DC Motors currently in place are to be inspected and refurbished while in-place. Modernization is to consist of DC motor refurbishment, component replacement and the establishment of a central control station for operations, troubleshooting and monitoring purposes. Controllers and components shall be largely non-proprietary in nature. Each cab currently in use has an area of approximately 100 sf with front corners modified, similar to a chamfer, in order to fit into the cylindrical hoistway. Existing in service passenger elevators are: Manufacturer: Montgomery Elevator, Capacity 10,000 lbs.; Speed (fpm) 500; Hoist Motor: 127 hp @106 rpm; Number of landings 4 of 6 (first) and 6 of 6 (second); Number of openings 4 of 6 (first) and 6 of 6 (second); Travel ft.: 500; Existing Controller ULTRO-MIPROM 21; Operation 2 car group; Machine GTE63; Estimated Weight: 1874 lbs.; Estimated car weight: 14000 lbs.; Car safety: Flex guide clamp type B; Governor: Ball. Submission Requirements for Responses to this Source Sought Notice: Interested contractors, at the minimum, shall provide relevant, recent references to include Customer/Company name, brief description of project, and the dollar value of the project; and which demonstrate the following: 1. Experience within the last 3 three years in full modernization of elevators with greater than 300 feet vertical travel, speeds of 500 feet per minute, weights exceeding 10,000 lbs and the establishment of a central control and monitoring station; 2. Experience in modernization of paired elevators in the same hoistway; 3. Experience with refurbishment of elevator DC Motors; and 4. Experience in establishing an elevator control center. Interested contractors shall also submit evidence of bonding capacity in excess of $1,000,000.00 under 52.228-15 -- Performance and Payment Bonds -- Construction; and an estimated lead time (schedule) for completion of the work based on similar projects including any required manufacturing time. The Capability Statement for this sources sought notice is not expected to be a response to an RFP, nor does it restrict the Government to an ultimate acquisition approach. Interested parties should include the following information in their Capability Statement, a Cover Page response: (a) Company name, address, Point of Contact name, email address and Data Universal Numbering System (DUNS); (b) Small Business size classification based on NAICS Code for Other Building Equipment Contractors 238290 and associated size standard of $15.0 Million, the socioeconomic classification (e.g. 8(a), HubZone, Veteran Owned, Woman Owned, etc.); (c) Information which demonstrates your business has the capability and resources to perform the work described herein. (d) A positive statement of your intention to submit a response/proposal for this requirement as a prime contractor. (The Cover Page information does not count toward the 10 page, 5 double-sided page count). The Capability Statement shall contain references (as listed above), evidence of bonding capacity in excess of $1,000,000; and estimated lead time (schedule) for completion of the work based on similar projects including any required manufacturing time. For each of the reference also include: Customer/Company name, brief description of project, and the dollar value of the project. Responses are limited to 10 page, 5 double-sided page count, pages in excess will not be considered. Submit a capability statement on or before June 29, 2017, 5:00 PM EDT via email to Myra Cordero, Contract Specialist, at mcordero@usbr.gov The information provided in this announcement is the only information the Government has available at this time. There is no RFP package or source lists available. Questions concerning the sources sought should reference number 2017SS-0601 and be directed to Myra Cordero by email at mcordero@usbr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a4e006f88232b97ed957460b542aa34)
 
Place of Performance
Address: Hoover Dam, NV, United States
 
Record
SN04547293-W 20170618/170616234233-9a4e006f88232b97ed957460b542aa34 (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.