SOLICITATION NOTICE
Z -- Fiber Optic and Controls Upgrade, Flatiron & Carter Lake, Colorado-Big Thompson
- Notice Date
- 12/15/2014
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Bureau of Reclamation Great Plains Region Regional Office PO Box 36900 Billings MT 59107 US
- ZIP Code
- 00000
- Solicitation Number
- R15PS00017
- Point of Contact
- Mundt, Christine
- E-Mail Address
-
cmundt@usbr.gov
(cmundt@usbr.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Reclamation's Great Plains Regional Office intends to solicit proposals for the replacement of existing aerial copper control and communication cables and equipment between the Flatiron Powerplant, the Carter Lake Shaft House, the Flatiron Gatehouse, and the Flatiron Gauging Station. The replacements shall be new fiber-optic, programmable logic controller (PLC) based systems with modern control hardware. The place of performance is located approximately 12 miles southwest of Loveland, Colorado in Larimer County. The principal components of the work to be performed include the following: * Furnish all materials and perform work to replace the existing controls and copper control and communication cable between Carter Lake Shaft House (CLSH) and Flatiron Powerplant (FIPP). The existing copper control and communication cable will be removed and replaced with fiber optic cable. New programmable logic controller (PLC) with central processing unit (CPU) and gate controls will be installed at CLSH. A PLC remote input/output (I/O) rack will be installed at FIPP. The PLC will utilize this new fiber for communications between the main CPU chassis at CLSH and the remote I/O rack at FIPP. All equipment at CLSH will be AC powered. * Furnish all materials and perform work to replace the existing controls and control and communication cable between FIPP and Flatiron Gate House (FIGH). A new PLC (with CPU) and gate controls will be installed at FIGH. Existing unused fiber cable between FIGH and FIPP will be terminated to patch panels. The PLC will utilize this fiber for communications between the main CPU chassis and the remote I/O rack at FIPP. All equipment at FIGH is AC powered. * Furnish all materials and perform work to remove the existing control and communication cable between FIGH and Flatiron Gauging Station (FIGS), to install a new fiber cable between FIGH and FIGS, and replace the water elevation cabinet at FIGS. A new PLC remote I/O chassis will be installed at FIGS to communicate with the CPU at FIGH. All equipment at FIGS is AC powered. * Furnish all materials and perform work for installing a new cabinet at FIPP that will contain all of the remote I/O for CLSH, FIGH, and FIGS. The new PLC discrete and analog I/O from these sites will be connected to the existing main FIPP control PLC. Equipment in the new cabinet will be 125 VDC powered. * Furnish all materials and perform work for installing new control equipment in the main control room at FIPP that will remotely operate the controls for FIGH. Equipment will be 125 VDC powered. * Furnish all materials and perform work for adding a manual transfer switch at FIGH for connection to a portable standby generator. * Design and provide a cutover plan that minimizes potential FIPP outages due to work at the other sites. * Provide detailed schematic drawings and layout drawings of the proposed system to be installed. Pursuant to Part 12 and Part 15 of the Federal Acquisition Regulations, Reclamation intends to issue a Request for Proposals (RFP) on or around January 6, 2015. Reclamation intends to evaluate proposals submitted under the solicitation and select a source for award without discussions. The Government will consider the following factors in evaluating proposals and making the source selection decision: * Technical Plan for Construction * Company Experience * Key Personnel * Past Performance * Safety The estimated price range of this acquisition is between $250,000 and $500,000. Reclamation anticipates issuing the RFP under the total small business set-aside program. The applicable North American Industry Classification System (NAICS) Code is 237130 and the associated Small Business Size Standard is $36.5 Million. RFP Number R15PS00017 will be available for viewing through electronic commerce via https://www.fbo.gov and via https://www.fedconnect.net/FedConnect/Default.htm. Proposals will be due on or around February 10, 2015 at the Reclamation ¿s Great Plains Regional Office, 2021 4th Avenue North, Billings, Montana. All responsible small business sources may submit a proposal. The RFP and any subsequent amendments and/or notices will be available to vendors on these websites on or around January 6, 2015. The Government anticipates award of this procurement in April of 2015. The successful contractor will be required to commence work within 10 calendar days after the date the Contractor receives the notice to proceed and complete the entire work ready for use within 305 calendar days. The time stated for completion shall include final cleanup of the premises. For further information about the requirement, offerors should contact Christine Mundt at cmundt@usbr.gov or at (406) 247-7805. SAM: Effective July 29, 2012, any contractor interested in doing business with the federal government must register in the System for Award Management (SAM) database prior to award of a contract or agreement. SAM is a federal government owned and operated free website, which consolidated the Central Contractor Registration (CCR), the Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). IPP: Payment requests for the anticipated contract must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2e7018445ae5a51885bc99192a097ea1)
- Place of Performance
- Address: Bureau of Reclamation-GP-ECAO Flatiron Powerplant 11056 W. CR 18E Loveland CO 80537 USA
- Zip Code: 80537
- Zip Code: 80537
- Record
- SN03595911-W 20141217/141215234405-2e7018445ae5a51885bc99192a097ea1 (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 |