SOURCES SOUGHT
28 -- Spring Creek Powerplant U1 and U2 Runner Replacement
- Notice Date
- 9/5/2017
- Notice Type
- Sources Sought
- NAICS
- #333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- Department of the Interior, Bureau of Reclamation, Bureau of Reclamation, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- R17PS01533
- Point of Contact
- Rosana Yousef Goarji, Phone: 9169785004
- E-Mail Address
-
ryousefgoarji@usbr.gov
(ryousefgoarji@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 333611 and the related small business size standard is 1,000 employees. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The estimated cost of this project is more than $10,000,000.00. This procurement will require 100% performance and payment bonds. The work is located at Spring Creek Powerplant approximately 12 miles north-west of Redding, California. Interested parties should include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone; 8(a), etc.), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. (e) If bonding is required, also provide evidence of your bonding capacity; All interested parties are encouraged to respond to this notice, by e-mail to ryousefgoarji@usbr.gov not later than close of business on 09/25/2017. The information provided in this announcement is all information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. System for Award Management (SAM) applies to this procurement. Prospective contractors must be registered in the System for Award Management (SAM) prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov PRINCIPAL COMPONENTS OF WORK: A. Fabricate and test one hydraulic turbine model, and provide test report. Witnessed by USBR. B. Furnish and deliver two stainless steel vertical Francis turbine runners, nose cones, coupling bolts, coupling nuts, and any appurtenant components for new designed runners. C. Furnish new upper and lower stationary wear rings, and stationary wear plates. D. Furnish new stainless steel wicket gates. E. Furnish new wicket gate keys, wicket gate thrust washers, and linkage greaseless bushings. F. Furnish new stainless steel eccentric pins, servomotor connecting rod pins, and operating ring link pins. G. Furnish new greaseless bushings and glide strips. H. Furnish new shear pins. I. Furnish new headcover studs and nuts. J. Furnish new stainless steel facing plates with integrated wicket gate end seals. K. Refurbish headcovers, turbine shafts, and tubine guide bearings, upper and lower generator guide bearings, and thrust bearings. L. Refurbish wicket gate operating mechanism components, including wicket gate shear levers, wicket gate lever, wicket gate links, operating rings, and servomotor connecting rods. M. Furnish all hardware for installation of supplied components. N. Design and furnish new automated turbine air system for two units. O. Furnish new generator air coolers for two generators and one spare cooler. P. Furnish all components required to meet contractual performance and cavitation guarantees. Q. Provide installation procedures for supplied components. R. Provide new base plate and mounting bracket for government machine tool. S. Provide as-built drawings, manuals, and final data. T. Provide on-site, Manufacturer's Installation Representative services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BR/BR/R17PS01533/listing.html)
- Place of Performance
- Address: The work is located at Spring Creek Powerplant approximately 12 miles north-west of Redding, California., United States
- Record
- SN04661654-W 20170907/170905231921-0f52eff8d14f1b21b75b77e6227217dc (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 |