Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2013 FBO #4162
MODIFICATION

28 -- Rehabilitation and/or Replacement of Generators, Large Pump Motors, and Hydroelectric Turbines for USACE Northwestern Region - Updated Equipment List for NWD Only

Notice Date
4/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-13-R-0007
 
Archive Date
1/29/2013
 
Point of Contact
Kathryn A Newhouse, Phone: 503-808-4620, Kathryn A Newhouse, Phone: 503-808-4620
 
E-Mail Address
Kathryn.A.Newhouse@usace.army.mil, Kathryn.A.Newhouse@usace.army.mil
(Kathryn.A.Newhouse@usace.army.mil, Kathryn.A.Newhouse@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Updated potential equipment list for the NWD region. This is a SOURCES SOUGHT SYNOPSIS in support of market research being conducted to identify capable potential sources and potential subcontracting opportunities within the Small Business Socio-economic program set-asides. The U.S. Army Corps of Engineers, Portland District is getting ready to advertise a Multiple Award Indefinite Delivery Indefinite Quantity Firm Fixed Price Commercial Services contract, utilizing FAR Part 15 and 16, to perform emergency non-routine inspection, rehabilitation, and/or replacement services for Generators, Large Pump Motors, and Hydroelectric Turbines for USACE Northwestern Region hydroelectric facilities. [No longer including USACE South Atlantic Division (SAD) or the Nashville District (LRN) in this procurement]. Work locations may include any site within the civil boundaries of NWD. Up to Five (5) contracts may be awarded. Each contract issued will have a base performance period period of one (1) year from the date of award with four (4) optional years to be awarded at the discretion of the Government, or until all capacity has been met. Each contract will have a minimum guarantee of $10,000 for the base performance period and $10,000 for each of the four (4) optional periods. The minimum order for each task order will be $5,000, and the maximum order will be $25,000,000. Equipment to be worked on includes major electrical and mechanical equipment required to produce electrical energy from water. Examples of the components related to the power train equipment identified as follows: Equipment Type 1. Generators and large (500 hp & over) pump motors. Equipment Type 2. Turbines, large (500 hp & over) pumps, water passage, and closure devices (including their power and control units). Major rehabilitations, replacements, upgrades and installation work which may occur under this contract will be principally limited to generators, Kaplan turbines (90 inch diameter) and Francis turbines (23 inch throat diameter) and above. Major rehabilitation, replacement, and installation work on motors and pumps will be principally limited to units rated at 500 hp and above. Major rehabilitation, replacement, and installation work on water passage and closure devices (including their power and control units) will be principally limited to main unit and fish unit equipment. Structural inspections, assessment and analyses of generators and of major equipment foundations may be requested under this contract. For a list of potential task, see attached drafted scope of work. A drafted Scope of Work has been included only for reference. This is a drafted specification and shall be used for informational purposes only. Contractors responding to this shall submit the minimum following information to Kathryn Newhouse: Kathryn.A.Newhouse@usace.army.mil. All interested parties should send Kathryn A. Newhouse, Electronically, a minimum of : 1. Company Name 2. Capabilities Statement on how your company can provide the services stated within the drafted Scope of Work 3. Simular projects completed for like services described within the Drafted Scope of Work 3. Primary Point of Contact--Phone number, Email Address, Mailing Address 4. Applicable NAICS codes for services to be rendered 5. FSC Code applicable to interested Contractor for services to be rendered 6. CAGE Code 7. DUNS Code. Response Date has been extended to 30 April 2013 via e-mail only. Please no phone calls. If you have questions for the Small Business Deputy for the Portland District Corps of Engineers, please contact Carol McIntyre at (503) 808-4602.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-13-R-0007/listing.html)
 
Place of Performance
Address: Work locations may include any site within the civil boundaries of NWD ONLY., United States
 
Record
SN03036301-W 20130417/130415234052-3909e2078a81911e7924874fca5a2b69 (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.