Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
SOLICITATION NOTICE

61 -- R11PS30236 Parker Dam and Powerhouse Emergency Generator and Auto Transfer Switch

Notice Date
5/24/2011
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R11PS30311
 
Archive Date
5/23/2012
 
Point of Contact
Dennis Campbell Contract Specialist 7022938569 dcampbell@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
The Bureau of Reclamation has a requirement to furnish and install a diesel driven engine-generator set sized to furnish emergency power to all essential equipment in the Parker Power plant, California. The plant is located on the Colorado River between Lake Havasu City, Arizona and Parker, Arizona, and is positioned on the California side of the river. The emergency generator equipment shall include all controls necessary to automatically start up and establish normal speed and voltage if normal station service power is lost. The generating unit shall operate in conjunction with an Automatic Transfer Switch. The Automatic Transfer Switch shall include all controls necessary to automatically transfer from the normal power source to the emergency power source. The contractor will be required to furnish all labor, equipment, materials and incidentals necessary to design, provide and install all required components. The principal components of work required include the following: 1. Furnish Equipment Installation Drawings that include the structural details and design of the concrete foundation for the equipment; the equipment location and anchoring systems. 2. Design and install the concrete equipment foundation necessary to support the emergency generator and associated equipment static and dynamic loads. The foundation shall be designed to support the engine-generator set, its 500 gallon fuel tank, and the load stabilizing module. The foundation shall be designed with a built-in fuel containment system sufficient to contain any oil spill from the generator, 500 gallons of fuel, and shall be oversized by an additional 20% to allow for heavy rain falls that may occur during an oil/fuel spill. The total capacity of the fuel containment system shall be 600 gallons. 3. The Contractor shall furnish complete design drawings for both the mechanical and electrical installations of the new equipment. 4. Furnish and install the new engine-generator set and the load stabilizing module at the location of the new foundation on top of the dam. The engine-generator set shall be installed with an enclosure that is suitable for outdoor application to protect the equipment from exposure to the sun and inclement weather. 5. Furnish, install, and route the power cables from the new engine-generator set through the existing cable duct located at the top of the dam. 6. Terminate the power cables from the newly installed engine-generator set at the transfer switch that will be located on the generator floor inside the power plant. 7. Furnish and install an appropriately sized 480VAC Automatic Transfer Switch that shall accommodate the essential power requirement loads. 8. The contractor shall furnish all labor and materials to complete the installation, testing and commissioning of the engine-generator set, automatic transfer switch, and load stabilizing module. 9. The engine-generator set, automatic transfer switch and load stabilizing module shall have a name plate showing the manufacturer's name, equipment type (such as model number or specification number), kW rating, voltage, frequency, serial number, date of manufacture, and other pertinent data. 10. The contractor shall prepare a step-by-step commissioning plan to test all control operations and protective devices. The commissioning plan shall include a full functional test of the system involving a contractor supplied load bank to simulate loading of the generator. 11. The contractor shall furnish a list of recommended spare parts for the engine-generator set, the automatic transfer switch, and the load stabilizing module. 12. The contractor shall furnish Owner's Manuals, User's Guides, Operations and Maintenance Manuals for all the equipment supplied. 13. The contractor shall furnish an agenda and course materials for one 6-hour instructor led training class which outlines time slots for classroom, equipment walk through, and hands-on training. 14. The contractor shall furnish complete as-built drawings of the concrete foundation including the anchoring systems and the fuel containment system, and all installed mechanical and electrical equipment and other items of work completed and installed under this contract. The Government intends to award a firm fixed-price construction contract. The estimated magnitude of this project is between $100,000 and $250,000. This acquisition, when announced, will be conducted under North American Industry Classification System (NAICS) Code 237990, Other Heavy and Civil Engineering Construction. The small business size standard for NAICS Code 237990 is $33.5M. The solicitation will be restricted to small business HUBZone firms. It is anticipated the solicitation, in the form of a Request for Proposal (RFP), will be issued on or about June 27, 2011. Responses are due thirty days after issuance. The RFP will include evaluation factors such as technical approach, relevant experience, past performance, and price. It is anticipated that one contract will be awarded. The estimated contract award date is August 30, 2011. However, all dates in this announcement are subject to change. No documents will be available until the solicitation is issued. The solicitation will only be issued electronically via www.FedBizOpps.gov. The Government reserves the right to issue the solicitation on paper or CD if the FedBizOpps (FBO) web site becomes inoperable or if the Contracting Officer determines it is in the Government's best interest to do so. Offerors should register at the FBO to be included on the offeror list in order to receive notifications pertaining to the solicitation, or visit the FBO website after issuance download the solicitation and any subsequent amendments. Offerors are required to have a current registration on the Central Contractor Registration (CCR) to be eligible for contract award. Offerors may register on CCR at http://www.ccr.gov. Questions may be submitted to Brooke Mena at bmena@usbr.gov or by fax at 702-293-8499.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8877b902add8232f18ddffb32abfec3a)
 
Place of Performance
Address: Parker Dam
Zip Code: 89005
 
Record
SN02455276-W 20110526/110524234350-8877b902add8232f18ddffb32abfec3a (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.