Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SOURCES SOUGHT

Z -- Electrical Systems and Equipment Maintenance, Rehabilitation,

Notice Date
2/27/2014
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Bureau of ReclamationLower Colorado RegionRegional Office500 Fir StreetBoulder CityNV89005US
 
ZIP Code
00000
 
Solicitation Number
R14PS00133
 
Response Due
3/7/2014
 
Archive Date
4/6/2014
 
Point of Contact
Kelli Adams
 
E-Mail Address
kadams@usbr.gov
(kadams@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted. Bureau of Reclamation's Lower Colorado Regional Office is located in and around Boulder City, NV, and includes more than 13 buildings on two major campuses and separate locations within the City. Buildings range in age from 3 to over 80 years old; older buildings have been renovated and rehabilitated to varying degrees, including partial or complete replacement of electrical systems and other systems depending on electrical services and components as well as repaired and altered electrical infrastructure. These buildings' and facilities' electric infrastructure and related systems and equipment periodically requires repairs, upgrades, or replacements to ensure continued or upgraded operational capability and electrical, life safety, and other code's compliance. Reclamation intends to establish and sustain a program of code-compliant maintenance, repairs, and rehabilitative replacements including upgrade through replacements where capabilities are functionally inadequate as well as code-non-compliant, with the assistance under contract of trained, Nevada-licensed electrical engineering and electrician workforce. Reclamation has an on-going requirement for electrical services and intends to award a 5 year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. This project provides for scheduled maintenance and rehabilitation of facility electrical infrastructure and related and dependent equipment and components. Work under this contract will result in suitable repairs, rehabilitations, upgrades, and/or replacements leading to safe operating conditions of extant equipment including but not limited to code-compliant systems, systems with capacity to meet operational and functional needs for the agency's activities, and safe arc flash zone definition where needed. Guiding public standards for this work include National Fire Protection Association (NFPA) Code 70B on electrical maintenance practice, including but not limited to Chapter 9 (Studies and Analyses) and Chapter 11 (Testing Procedures Standards); NFPA 70, the National Electric Code (NEC); NFPA 101, Life Safety Code; and, International Building Code, 2014 - all as amended for Southern Nevada/Clark County. Work shall be performed through the issuance of Task Orders executed under the basic contract. Task Orders are intended to provide for services on an individually-negotiated fixed price basis. Examples of specific tasks include, but are not limited to: repair/restore deteriorated insulation, terminations, connections, and minor devices and components; remove inadequate conductors and install new conductors; rehabilitate or replace distribution control and switching equipment, devices, panels, and cabinets; and, accomplish other rehabilitative and improvement tasks for site, building, and other facility infrastructure and power supply, distribution, control, monitoring, and metering equipment and systems. Typical General Requirements include: 1. Safety: Work requires regular access to energized, powered infrastructure including power management, distribution, and local supply equipment, and represents significant hazards during testing and measurement activities. A Site-specific Safety and Health Plan with task-specific Job Hazard Analyses is required for each task ordered activity, compliant with Occupational Safety and Health Administration (OSHA) and Reclamation Safety and Health Standards (RSHS) and test- and safety-related requirements of National Electric Code and Fire/Life Safety Codes. 2. Hazardous, Non-Hazardous and Universal Waste Disposal: In the event that work under any task order under this Agreement generates or is likely to generate Hazardous Waste Materials, Hazmat plans and actions shall comply with relevant requirements of OSHA (29 CFR, et al) and RSHS regarding workforce and environmental health and safety; and 40 CFR as applicable for manifesting, permitting, and disposition actions; and other appropriate regulations and laws. 3. Environmentally Compatible Materials, Processes, and Products: Work may require installation of new materiel; where available and appropriate, some devices and components may be identified under specific task orders as Energy-Star or FEMP Low Standby Power products. 4. Labor Standards: Work under specific task orders may be subject to the Service Contract Act, Davis-Bacon Act, or both. Responsible sources are welcome to submit a capability statement on or before March 7, 2014 by 5:00 PM PST. Submittals will be reviewed and considered by Reclamation during the solicitation planning process. Send your capability package via email to Kelli Adams, Contract Specialist at kadams@usbr.gov. Capability packages may be sent directly to Kelli Adams at The Bureau of Reclamation, Lower Colorado Region, P.O. Box 61470 (LC-10204), Boulder City, NV 89006-1470 (Building 1400 - 201C). Your package should include the following information: 1. Capability statement - showing recent experience doing this type of work or work similar in scope and complexity (5 page maximum). 2. Provide your business name, address, point of contact, phone number and email address. 3. Provide your business size & type: 8(a), HubZone, Service Disabled Veteran, Small Business or Large Business. All firms should identify whether or not they are a small business or other than small business in accordance with the size standard for The North American Industry Classification (NAIC) 238210 - Electrical Contractors and Other Wiring Installation Contractors. The Small Business Size Standard is $14 Million for this NAIC. If you have any questions, please contact Kelli Adams at 702-293-8363. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/857745095cb9d3cb7a6a4eb484d2f3e2)
 
Record
SN03297985-W 20140301/140227234213-857745095cb9d3cb7a6a4eb484d2f3e2 (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.