Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2013 FBO #4113
SOURCES SOUGHT

61 -- Turbine and Generator Hydroelectric Component Manufacturing and Rehabilitation IDIQ, Hoover Dam, Lower Colorado Dams Office

Notice Date
2/25/2013
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
13-013LC
 
Response Due
3/11/2013
 
Archive Date
2/25/2014
 
Point of Contact
Rita Horkan Contract Specialist 7022938036 rhorkan@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
This is a sources sought notice for acquisition planning purposes. No formal solicitation for this work exists at this time. The Bureau of Reclamation, Lower Colorado Region, Lower Colorado Dams Office (LCDO), has a requirement for the repair/remanufacture, machine/rehabilitate existing components, re-design and reverse engineer replacement components, and/or furnish new hydroelectric turbine and generator-components to replace existing components. Types of components include, but may not be limited to: wicket gates, stator/pole wedge bars, wicket gate bushings, wear plates, engineered fasteners, retaining bolts, break-off screws, large diameter valves, valve bodies and leafs, large diameter high strength coupling studs and nuts, and thrust bearing key bars, Bearing Brackets, Shift Rings, and Generator/Turbine components. Principal features of the work include, but are not limited to: 1. Provide weld and coatings repair of fatigued, worn, or water-damaged hydro turbine-generator parts to precision dimensions and tolerances of Hoover Dam design. 2. Provide precision fabrication of new replacement parts per Hoover Dam design. 3. Provide reverse-engineering to include 3-dimensional digitizing and computer-aided repair or replacement manufacture of existing Hoover Dam hardware. 4. Provide industry standard inspection and testing. 5. Self perform machining work at the contractor's facility or onsite at Hoover Dam. The proposed contract will be an Indefinite Delivery-Indefinite Quantity (IDIQ) type contract and will be for a five year contract period. Multiple contracts may be awarded. Fixed-price delivery/task orders will be issued as required to repair, remanufacture and/or purchase new components. This acquisition when announced may be conducted under one of the following North American Industry Classification System (NAICS) Codes: 332710 Machine Shops, small business size 500 employees; 333611 Turbine and Turbine Generator Set Units Manufacturing, small business size 1000 employees; and/or 333613 Mechanical Power Transmission Equipment Manufacturing, small business size standard of 500 employees. The Bureau of Reclamation, Lower Colorado Region, is seeking responsible sources having capabilities of performing the work. All qualified concerns may submit capability statements for consideration. Capability statements will be reviewed to determine the ability to self perform, technical, administrative, and management capability of such firms to perform this type of work. When a formal solicitation is issued, it is the LCDO's intention to select highly qualified firms with the ability to self perform a majority of all 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. Capability statements are to be submitted not later than March 11, 2013. The capabilities package should demonstrate the firm's experience and capability to perform the principal components of work listed above. Packages must include the following information: 1. Provide business name, address, business size and type (8(a), HUBZone, Service Disabled Veteran, Small Business, Large Business, etc.), proposed NAICS code, and point of contact to include e-mail address and telephone number. Provide a copy of the firm's current Representations and Certifications from System for Award Management (SAM) at www.sam.gov. 2. Demonstrate the firm's experience to self-perform a majority of the related work by providing a list of at least three (3) projects completed in the last five (5) years where the work involved the repair/rehabilitation and/or new manufacture of hydroelectric turbine-generator components as described above. The project should specify the types of components repaired/rehabilitated or fabricated. Additionally, for each project listed, provide the following: dollar value of the job, the plant name, plant location, and the customer's contact name and phone number for the work completed. Identify whether the work was self-performed or portion/percentage of work subcontracted by listing total contract price versus percent of work self performed. Attention: Self performing more than 51% of the work will assure a positive assessment of experience. It is not required that firms demonstrate experience in all the component types identified above to be considered capable. Since it is anticipated that multiple contract awards may be made, the Bureau of Reclamation anticipates that some firms may have experience in all the component types while others may have specialized experience in only some of the component types such as onsite machining, manufacture of bushings, etc. It is beneficial to the Bureau of Reclamation to know the levels of capabilities in the commercial marketplace, as the evaluation to perform one specialty may outweigh the ability to perfom many. 3. Provide a detailed description of the type of facilities where the work would be performed, including the size of facility, and the type and capabilities of the equipment to be used in the repair/remanufacture and manufacture of the components. 4. Demonstrate the firm's ability to self perform machining work at the contractor's facility or onsite at Hoover Dam. Include a list of machine capabilities. Firms interested in submitting a capability package should be sure to address each item above fully in order to clearly demonstrate capabilities. Firms should demonstrate the capability to self perfom the work utilizing their own equipment and facilities. No other information should be submitted with the capability package than as requested above. All responses to this sources sought notice shall be provided to Rita Horkan, Contract Specialist, via e-mail to: rhorkan@usbr.gov. The subject line of the e-mail must reference: "Response to Sources Sought Notice - Turbine and Generator Hydroelectric Component Manufacturing and Rehabilitation IDIQ". When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on the Federal Business Opportunities web site at https://www.fbo.gov/. No reimbursement will be made for any costs associated with providing information in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/65c3b4cf2ed3d7489e10af4823bd1e4d)
 
Place of Performance
Address: Boulder City, Nevada
Zip Code: 89006
 
Record
SN02995302-W 20130227/130225234506-65c3b4cf2ed3d7489e10af4823bd1e4d (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.