Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2, 2000 PSA #2719
SOLICITATIONS

A -- RESEARCH & DEVELOPMENT

Notice Date
October 31, 2000
Contracting Office
U.S. Department of the Interior, Bureau of Reclamation, Upper Columbia Area Office, P.O. Box 1749, Yakima, WA 98907-1749
ZIP Code
98907-1749
Solicitation Number
01SQ1U0002
Response Due
December 15, 2000
Point of Contact
Dennis Klocke 509-575-5848 Ext 322
Description
This is a combined synopsis/solicitation for comercial items prepared in accordance with the format FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. Solicitation No. 01SQ1U0002 is issued as a Request for Quotes (RFQ) and incorporated provvisions and clauses in effect through Federal Acquisition Circular 97-20. The size code is $18.0 million and the standard industrial classification code is 7376. The U.S. Bureau of Reclamation (Reclamation), Upper Columbia Area Office, 1917 Marsh Road, Yakima, 98907 is seeking an automation study, report and presentation for alternatives to Roza and Chandler powerplants to reduce cost, increase efficiency, and divert less water from the river in an effort to better satisfy the various demands. Contractor is requested to perform a study to determine if automating will result in reduced operating cost, increased efficiency, and less water usage. The contractor will be allowed to view necessary hydrologic data, drawing and procedures, budgets, tour plants, and interview staff as needed. As a minimum, the report shall included the following: a) Executive summary b) If automation is feasible, define the what extent must automation be taken c) Summarize equipment that will be affected by automation d) Estimated cost of automation. Include loss generation costs due to automation installation. e) Identify the dollars savings or increasses based on current operation and maintenance cost as a result of automation. f) Identify the increased operating efficiency to generate power. g) if increased efficiency is achieved, identify the amount of water that can be saved based on the average power output provided by the Yakima Field Office. h) Increase or decrease in reliability. i) Safety concerns that may exist due to automation. j) Identify the activities that can be eliminated or increased due to automation. k) Identify the areas of work that will benefit or suffer due to automation. Include decreases or increases in manpower by craft. l) Identify positive or negative impacts in meeting irrigation needs. m) Identify effects on flows at the Yakima River at Parker and Roza dam. n)The report shall be completed using font size 12, double spaced with 1" left and right marings. This report should be completed within a five week period. At the end of five weeks the report shall be submitted to Yakima Field Office Manager along with an oral presentation. Offerors who believe they can provide equal to or better than the above reference study,presentation and report and want to be considered for this procurement must request a copy of this solicitation in writing, or FAX# 509-454-5615. CLIN 0001 -- Automation Study and report, 1 Job; 52.212-1 Instructions to Offerors-Commercial Items (OCT 00), 52-2122-2 Evaluation-Commercial Iatems (JAN 99), 520212-3 Offeror Representations and Certification-Commercial Items (OCT 00), 52.512-4 Contract Terms and Conditions-Commercial Iatems (MAY 99), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 00), Clause 52.212-5, paragraph (b) is tailored to incorporate the following clauses by reference 52.219-8, 5219-9, 52.225-18 and 52.225-1. Evaluation will include verification that the offer meets the technical specification, past performance, references, price and price-related factors. Bidders are to include a completed copy at the provision 52.212-3, Offeror Representations and Certification-Commercial Items (OCT 00) with RFQ. Offerors may request a copy of this clause to be faxed to them. The closing time and date for receipt of proposals is 12 noon, Dec 15, 2000 local time. Offers are to be in writing and mailed to Bureau of Reclamation, P.O. Box 1749, Yakima, WA 98901 or FAXED #509-454-5615. Telephone requests will not be accepted. All responding to this synopsis shall submit information relating to business status, whether small, large, minority-owned, and or women-owned.
Record
Loren Data Corp. 20001102/ASOL003.HTM (W-305 SN5056D2)

A - Research and Development Index  |  Issue Index |
Created on October 31, 2000 by Loren Data Corp. -- info@ld.com