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

J -- Machining IDIQ

Notice Date
5/24/2011
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - LC - Boulder Canyon Operations Office P. O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R11PS30001
 
Response Due
6/24/2011
 
Archive Date
5/23/2012
 
Point of Contact
Cristina Hayden Contract Specialist 7022938025 chayden@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
Total Small Business
 
Description
Solicitation R11PS30001 - Machining IDIQNAICS 333611 Turbine and Turbine Generator Set Units Manufacturing Product Service Code: J028 Maintenance-rep-of engine & turbines The Bureau of Reclamation (Reclamation) has a requirement for work to perform machining repair or replacement during turbine generator maintenance season: machine repair of fatigued, worn or water-damaged hydro turbine- generator parts to precision dimensions and tolerances per Hoover Dam design. Machining could be required on site, and/or manufactured at the vendors shop. The offerors shall provide all labor, equipment, tools, materials, supervision, and quality control: industry-standard inspection and testing, and necessary shipping to perform the following principal features of the work, including but not limited to: Statement of Work A - Turbine Pit In-Place Machining: A. Detailed site measurements to determine the "As-Found" condition of a hydroelectric turbine pit and onsite machining of the following. 1. stay ring flange, 2. spiral case o-ring surface, 3. curb plate surface, a. curb plate inside diameter, 4. crown plate surface, a. crown plate inside diameter, 5. lower seal ring inside diameter, 6. upper seal ring inside diameter, B. Installation of facing plates, including welding of all bolts and seams. C. Final "As-Built" measurements to verify conformance to the specifications. Statement of Work B - Line Boring In-Place Machining: A. Detailed site measurements to determine the "As-Found" condition of a hydroelectric turbine pit. B. Line bore 24 sets of three wicket gate bushing parent metal bores and wicket gate boss bores in the facing plates.C. Final "As-Built" measurements to verify conformance to the specifications herein. Offerors may propose on both Statement's of Work, see Statement of Work A Turbine Pit In-Place Machining and Statement of Work B Line Boring In-Place Machining, or only one Statement of Work. However, if Offerors are proposing on both Statements of Work they must prepare separate proposals for each Statement of Work. The Contractor bears the burden for ensuring that all legally required licenses and permits are obtained and renewed as specified by the regulating authority. This requirement will be solicited as a Small Business Set-Aside. Offers from all interested small businesses will be considered. The North American Industry Classification System (NAICS) Code for this acquisition is: 333611 Turbine and Turbine Generator Set Units Manufacturing. The small business size standard for NAICS Code 333611 is 1,000 employees. The Government anticipates awarding multiple Indefinite-Delivery-Indefinite-Quantity (IDIQ) type contracts for a five year period without options. As work is required, fixed price task orders will be competed between the contractors receiving a contract award. The value of each task order will vary according to the individual task order requirements. The estimated price range for each contract is estimated to be between $1,000,000.00 and $5,000,000.00. The magnitude of this service and construction project is estimated to be between $5,000,000.00 and $20,000,000.00. This acquisition will be pursued in accordance with FAR Part 15 and in accordance with the source selection evaluation criteria included in the Request for Proposal. Offerors will be asked to submit a technical and a price proposal. Awards will be made using lowest price technically acceptable, source-selection procedures. The resulting contracts will be firm fixed price contracts. The technical and price proposals will be evaluated for the purposes of determining which offers will be considered for contract award and award of the first task order. The first task order under this IDIQ contract is located at Hoover Dam Powerplant. The project for which the majority of the work is required is Hoover Dam but will also be available for use by other Dams as identified below and according to the individual task orders: Hoover Dam: location of the work is approximately 7 miles, via Highway 93, northeast of Boulder City, Nevada, in Clark County and in Mohave County, Arizona. Davis Dam: location of the work is on the Colorado River, approximately 2 miles north of Bullhead City, Arizona, in Mohave County, Arizona, and Clark County, Nevada. Parker Dam: location of the work is located approximately 17 miles southeast of Lake Havasu City, Arizona, in San Bernardino County, CA. Headgate Rock Dam: location of the work is approximately 1 mile northeast of Parker, Arizona in La Paz County. The project performance is tentatively anticipated to begin in November, 2011. The solicitation and any amendments will be issued on or about July 30, 2011 with offers due thirty (30) days after. 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. All parties are responsible for checking the FBO website to ensure that they have the most current information. All dates in this announcement are estimates and are subject to change. Offerors are required to have a current registration on the Central Contractor Registration (CCR) to be eligible for contract award. At the time of an award, Offerors CCR registration must have the NAICS identified in the solicitation in order to be eligible for an award. Offerors may register on CCR at http://www.ccr.gov. Questions may be submitted to Cristina Hayden 702-293-8025 or by email at chayden@usbr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f710cf0c9d3e622ee47a4be2e798a5fa)
 
Place of Performance
Address: Hoover Dam, NV/AZ
Zip Code: 89005
 
Record
SN02455824-W 20110526/110524234916-f710cf0c9d3e622ee47a4be2e798a5fa (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.