Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOURCES SOUGHT

99 -- Senator Wash Pump/Generating Plant

Notice Date
11/20/2020 8:43:11 AM
 
Notice Type
Sources Sought
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3021R0003
 
Response Due
12/4/2020 12:00:00 AM
 
Archive Date
12/19/2020
 
Point of Contact
Toledo, Virginia
 
E-Mail Address
vtoledo@usbr.gov
(vtoledo@usbr.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT ONLY. This Sources Sought notice is solely for information and planning purposes and does not constitute a Request for Proposals (RFP) or a promise to issue an RFP in the future. No formal solicitation for this work exists at this time. All qualified Contractors may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability to perform this type of 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. We encourage all Small Business� to respond. The Government will not award a contract based upon Contractor responses to this announcement. The Government does not intend to award a contract and will not pay for any information or administrative costs incurred in response to this notice. The U.S. Bureau of Reclamation, Yuma Area Office (YAO) has a requirement at Senator Wash Dam and is performing market research to identify firms interested and qualified to perform electrical work. The project involves a design-build for the replacement of the Supervisory Control Data and Acquisition System (SCADA) and construction work for furnishing and installation of motors protective relays, permanent engine-generator set, automatic transfer switch, and interface pump-generation unit control. (Reference attached Summary of Work) Senator Wash Pump-Generating (P/G) Plant is located about 22 miles northeast of Yuma, Arizona, on the California side of the Colorado River, 2 miles upstream from Imperial Dam. The Senator P/G Plant and Regulating Reservoir, completed in 1966, were constructed to improve regulation of the Colorado River flows arriving at Imperial Dam. This plant provides additional off-stream storage so excess flows arriving at Imperial Dam can be stored for later use. Senator Wash P/G plant contains six vertical shaft, single suction, centrifugal Francis-type pump-generator units. The units can be operated as a pump, generator, and free-wheel mode. The principal components of work requirement includes: remove existing motor protective relays; furnish and install motor protective relays; furnish and install permanent engine-generator set; furnish and install automatic transfer switch; furnish and install distribution panelboard; remove existing SCADA System; furnish and install SCADA system; furnish and install Facility Control System (FCS) which integrates the unit control systems allowing them to be centrally operable; interface to existing Imperial Dam control system; provide relay settings. Work for identified scope items includes at a minimum: field investigation of systems and drawings; system design analysis; demolition; installation; furnish equipment and components; system programming; testing and commissioning; train Government personnel to maintain the Senator Wash P/G SCADA system hardware and software and provide on-going support to project personnel. The capabilities statement shall address the following: 1. At minimum, shall provide relevant, recent references to include Customer/Company name, brief description of project, and the dollar value of the project; and which demonstrate the following: a. Experience within the last 5 three years in electrical work; b. System Integrator with no less than 7 years of experience designing SCADA systems for hydro-electric generators or hydro-electric pump/generators; c. No less than 2 prior projects using the Programmable Logic Controller (PLC), Allen-Bradley Compact Logix 5380 automation controller or equal; d. PLC experience may include prior project using an earlier model from the same product line; e. Experience shall include development of control logic, programming and development of graphic displays; f. Experience in construction demolition. (2) Firm name, address, point of contact. In addition, identify all socio-economic categories that apply to your firm (i.e. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business). All firms, regardless of size, having a product which meets the above described requirement are encouraged to submit capability statements for consideration. Based upon response to this announcement and capability statements, the Government may determine to set this acquisition aside, proceed with an unrestricted solicitation or decide on an alternate procurement strategy. The applicable North American Industry Classification (NAIC) code for this requirement is 541330, Engineering Services and the small business size standard is 16.5 Million. Firms may also provide recommendation for use of an alternate NAICS code. (3) Has your firm provided this type of work in the past to any other Government agency? If so, please provide contract number, name of government agency, amount of award and date award was made. (4) Has your firm provided this type of work in the past to any other company other than the Government? If so, please identify and provide details. (5) Contractor�s bonding capacity. Submit a capability statement on or before December 4, 2020 via email to Virginia Toledo, Contract Specialist, at vtoledo@usbr.gov . The information provided in this announcement is the only information the Government has available at this time. There is no RFP package or source lists available. Questions concerning the sources sought should reference number 140R3021R0003 and be directed to Virginia Toledo by email at vtoledo@usbr.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c5bc5284f46b43d7b30a3a0e010b6917/view)
 
Record
SN05858417-F 20201122/201120230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.