Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2005 FBO #1294
SOURCES SOUGHT

Y -- Excitation Systems Replacement - Central Valley Project Powerplants

Notice Date
6/10/2005
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
05SP204038A
 
Response Due
6/17/2005
 
Archive Date
6/10/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Bureau of Reclamation has a requirement to perform construction work at the following Central Valley Project Powerplants: New Melones Powerplant, approximately 40 miles east of Stockton in Calaveras County, California; O'Neill Pump/Generating Plant, approximately 1 mile west of Santa Nella off Highway 33 in Merced County, California; Nimbus Powerplant, approximately 15 miles northeast of Sacramento in Sacramento County, California; Folsom Powerplant, approximately 20 miles northeast of Sacramento in Sacramento County, California; Trinity Powerplant, approximately 9 miles north of Lewiston in Trinity County, California; JF Carr Powerplant, approximately 4 miles south of French Gulch in Shasta County, California; and Spring Creek Powerplant, approximately 5 miles northwest of Redding in Shasta County, California. The proposed construction work consists of the following work to be performed at each location: (1) Remove and dispose of field breakers, voltage regulators and associated equipment, power potential transformers, semiconductor-controlled output bridges, control cabling, and 480-Volt supply from station service power source; (2) Modify existing rotating exciters to electrically isolate them from the excitation system; (3) Furnish and install new excitation systems, including power potential transformers wit high-side interrupter switch and fuses, silicon-controlled rectifier (SCR) bridges, voltage regulators, excitation power circuit breakers, control cabling, transducers, and control board instrumentation; (4) Provide field testing of new equipment; and (5) Provide training for operation and maintenance of new excitation equipment. The contractor will have to schedule work in accordance with the applicable outage schedule for each plant. Outage scheduling will depend upon power demand requirements, water constraints, and related operating conditions. At any one plant, only one unit can be taken out of service at a time. Each unit has a maximum outage period that varies from one to three months. The work at each unit must begin and end within the maximum outage period. The applicable North American Industry Classification System (NAICS) code is 237990. The magnitude of the work is estimated at $5,000,000 - $10,000,000. The contract duration is estimated from September 2005 (award of contract) through December 2008. It is estimated that the award will be made for two units in 2005, and the remaining units will be options that the Government may elect to exercise within 18 months after award of the contract. This procurement will require performance and payment bonds to cover only the amount of work that is open/underway at any one time. Only options that have been exercised will be counted as work that is open/underway. The purpose of this sources sought synopsis is to identify potential qualified sources. It is requested that interested HUBZone contractors submit a capability statement as follows: The information below is not requested to preclude any small business concerns from bidding or submitting an offer on this requirement. It is used to determine whether your organization is eligible and responsible to receive an award, and to make a determination as to whether this requirement will be set-aside for small business, 8 (a), or HUBZone, the following information is requested: (1) A brief statement about your organizations goals and objectives; (2) A brief description about your core services; (3) List key personnel and key corporate experience and capabilities; (4) Project experience that makes you uniquely qualified to perform this requirement; (5) List of existing contracts with a point of contact; (6) List of previous contracts with a point of contact; (7) List of Certifications and qualifications; Please provide data that demonstrates that your organization has/have: (1) Adequate financial resources to perform the contract, or the ability to obtain them; (2) The necessary organizational experience, accounting and operational controls, and technical skills, or the ability to obtain them; (3) The necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and (4) Bonding Capacity. The work: (1) Please provide a brief description on the means and methods you would use to perform the work; (2) What strategy would you use to put together a team to perform the work? (3) What key personnel would you use? (4) What supplies and equipment would you need? (5) How do you plan to manage the work through completion? All capability statements should be submitted to the Contract Specialist, Brenda Davis, via e-mail at bdavis@mp.usbr.gov by the response date of this synopsis. Should you have any questions please contact the Contract Specialist via e-mail by the response date of this synopsis. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102 and 4.1202, apply to this procurement. Prospective contractors must be registered in CCR 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://www.orca.bpn.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=143042)
 
Record
SN00827664-W 20050612/050612190801 (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 |
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.