SOLICITATION NOTICE
Z -- Interior Penstock Spot Coating at Hoover Dam
- Notice Date
- 5/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Bureau of Reclamation LCR P.O. Box 61470 Boulder City NV 89006
- ZIP Code
- 89006
- Solicitation Number
- 03-SP-30-8005
- Response Due
- 7/25/2003
- Archive Date
- 5/26/2004
- Point of Contact
- Amy Molnar Procurement Clerk 7022938779 amolnar@lc.usbr.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Reclamation has a requirement for repairing damage to penstocks. Work to be performed under this solicitation consists of water containment/diversion, surface preparation and painting of damaged surface areas on the interior of the penstocks at Hoover Dam. The four penstocks at Hoover Dam are named: Upper Nevada, Lower Nevada, Upper Arizona, and Lower Arizona. This specification is not for full repair of the penstocks just the areas of the interior portion that are damaged. The Upper Nevada penstock will be the first repaired with options to repair the remaining three penstocks. Qualified contractors shall have current SSPC-QP-1 and SSPC-QP-2 certifications. The principal components of repairing each Penstock include the following: (1) furnishing, erecting and relocating scaffolding system for the internal 30 foot diameter penstock sections. The 30 foot diameter section of the upper penstocks include a 90 degree elbow that is nearly 70 feet tall and also a section of 30 foot diameter penstock that is 1400 linear feet of nearly horizontal pipe. The 30 foot diameter sections of the lower penstocks include a 45 degree elbow that is 260 feet high and 340 linear feet long and also included is 1200 linear feet of nearly horizontal pipe; and (2) furnishing, erecting and relocating scaffolding system for the internal 13 foot diameter penstock sections. The 13 foot diameter laterals in the lower penstocks are nearly horizontal. However, the upper penstock 13 foot diameter laterals are angled at 45 degrees. Each lateral is nearly 275 feet long; (3) furnishing, erecting and relocating scaffolding system for the scroll cases; (4) coating removal, surface preparation, and coating of damaged areas in the interior 30 foot diameter and 13 foot diameter penstock sections. Government has estimated that a total of approximately 15,000 square feet of isolated spot repair to the protective coating of the interior surface will be necessary on each penstock; (5) surface preparation and furnishing and applying protective coating for isolated spot repair of damaged areas in scroll cases; (6) water diversion of approximately 500-1000 gpm leakage within the penstock will be necessary. The work is located at Hoover Dam and Powerplant, approximately 8 miles northeast of Boulder City, Nevada, and 32 miles from Las Vegas, Nevada, in Clark County, Nevada and Mohave County, Arizona. This contract is for a base year with three optional year schedules, the Government may extend the term of this contract by exercise of three option years. It is Reclamation's intent to award one base year contract for spot coating repair work. Each contract may be issued as a one-year contract with one one-year extension option (a potential contract duration of 4 years) or for a single one-year period from the date of award. The repair work on the interior penstocks must be completed during a time when the units are taken out of service. The scheduled dates for the planned outage periods will be included in the solicitation. We anticipate posting a Request for Proposals (RFP), via http://www.FedBizOpps, on or about July 25, 2003, but all dates in this synopsis are subject to change. This solicitation incorporates documents which are not available electronically on the website. Sensitive documents will be placed on a CD-ROM and sent under separate cover. If you would like them sent via an expedited courier service, at your expense, please provide your courier service account with your request. Only written or faxed requests received directly from the requestor will be accepted. The Government reserves the right to issue the solicitation on paper or CD-ROM if the website becomes inoperable or if the Contracting Officer determines it is in the Government's best interest to do so. Requestors should register to receive e-mail notifications pertaining to the solicitation or visit the website after July 25, 2003, to download the solicitation and any subsequent amendments and/or notices to be included on the offerors list in order to encourage subcontracting and partnering/joint venture opportunities. There will be a pre-proposal conference which will include a general site visit to the construction area. A date has not yet been set. Additional details on the site visit will be included in the solicitation. For security reasons, non-federal personnel participants will need to obtain a security clearance by the date set for the pre-proposal conference for gaining access. For obtaining a security clearance, you must submit the following information and data: Name, driver license number and expiration date, social security and/or passport number(s), picture or passport picture I.D., other forms of personal identification, and report from a recent background check performed by participant's employer. This information and data must be received in the contracting office one week prior to the date set for the conference. You must use the Certification/Document Order form located at http://www.lc.usbr.gov/g3100/ordercert.doc in order to receive sensitive documents and attend the site visit. Please reference the solicitation number 03SP308005. You may submit the above-mentioned information via facsimile at (702) 293-8499. Offertory will be asked to submit a technical and cost proposal for the contract. The contractor will be chosen competitively utilizing FAR Part 15 source selection procedures in conjunction with the Best Value Trade-off process. Technical evaluation factors will be significantly more important than cost or price. This solicitation is unrestricted. The magnitude of this construction project is estimated between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) codes are 235210 and 235990, the size standard is $11.5 million. A 20 percent bid guarantee is also required. Performance and payment bonds will be required following award pursuant to the Miller Act. The tentative solicitation release date is July 25, 2003. All responsible sources may submit an offer which will be considered by the agency. The solicitation and any amendments to the solicitation will be available through the Internet site. The drawings will not be available online. An electronic copy of the solicitation without drawings and other sensitive data will be available at http://www.fedbizops.gov. Drawings (CD Media) may be obtained by contacting Amy Molnar by e-mail at amolnar@lc.usbr.gov; facsimile at (702)293-8499, or in writing at Attention: LC-3111, P.O. Box 61470, Boulder City, Nevada 89006-1470. Only requests received directly from the vendor which reference the solicitation number 03SP308005 and provide a physical mailing address, contact name, DUNS and TIN numbers, telephone and fax numbers, and e-mail address will be accepted.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142534&P_OBJ_ID1=99670)
- Place of Performance
- Address: Hoover Dam, Clark County, Nevada Mojave County , Arizona
- Zip Code: 89006
- Country: USA
- Zip Code: 89006
- Record
- SN00332919-W 20030529/030527213523 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |