Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2011 FBO #3424
SOLICITATION NOTICE

48 -- Modernization, Conversion, and Overhaul of Pressure Regulating Valves, Hoover Dam, AZ-NV

Notice Date
4/8/2011
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R11PS30062
 
Archive Date
4/7/2012
 
Point of Contact
Rita Horkan Contract Specialist 7022938036 rhorkan@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Reclamation, Lower Colorado Region, has a requirement for modernization and refurbishment of nine remaining Pressure Relief Valves (PRVs) at the Hoover Dam Powerplant. The work is located at Hoover Dam, approximately 7 miles southeast of Boulder City, Nevada and 32 miles southeast of Las Vegas, Nevada. The PRVs were manufactured by S Morgan Smith, Pelton/Baldwin, Allis Chalmers, and Newport News. Hoover Dam will begin the modernization of nine (9) remaining Pressure Relief Valves (PRVs) which were designed in the 1930's through the 1950's. Work has already been completed on five (5) PRV units and Hoover has purchased hydraulic manifolds and digital controllers for the remaining units, which the contractor must use in any design supplied. The new design utilizes a hydraulic accumulator bank for stored energy and all offeror designs must incorporate a similar arrangement to minimize the floor space used in the Hoover Dam Powerhouse. Based on previous designs, all PRVs will require a new head cover design which incorporates a mount for a large hydraulic actuator, accumulators, and HPUs (hydraulic power units and piping). This solicitation will require the contractor to provide all personnel, equipment, materials, supervision, design engineering, manufacturing and other items and services necessary to disassemble and remove each of the PRV units; pack and transport the unit's reused PRV components/parts to and from the manufacturing facility to be refurbished; manufacture of all new modernization components and assembly and re-installation back at Hoover Dam. Work shall also include the replacement of: all bronze bushings with Vesconite greaseless material, valve seats, seal rings, and gaskets and; all necessary machining to refurbish the retained PRV parts to a like new condition; repair of cavitation damage including the area below the internal PRV valve seat, replacement of steel liner parts; re-assembly of retained PRV parts with new components; and include final testing. After the solicitation is issued, a site visit will be held, during which potential offerors will be able to see the original PRVs and the current digital/hydraulically controlled PRV design with HPUs and Accumulators. Assembly drawings for each of the original PRVs will be included in the solicitation and a CD with remaining part drawings will be available via mail upon request. In order to be considered technically qualified for this work, at a minimum, offerors must fully demonstrate in their proposal, previous past experience as a prime contractor which has performed work on large diameter PRVs of 60-inches diameter discharge opening or larger, rated at 200 PSI and 2,000 cubic feet per second of water flow. Offerors must provide detailed data in their proposal which clearly demonstrates the work performed on PRVs, the size of units worked on, along with what work was done, their capabilities for manufacturing PRV replacement parts, designing and engineering new replacement PRV components, and demonstrated experience in the modernization of water operated PRVs to digitally controlled hydraulic operation. Complete evaluation criteria will be listed in the solicitation. All offers submitted in response to this solicitation will be evaluated based solely on the evaluation criteria stated in the solicitation. Proposals must present how they meet the criteria in a clear concise manner with detailed information. Note: The Government anticipates making award without discussions and will not seek clarifications or hold discussions. The award decision will be based on the offeror's initial proposal. Failure of an offeror's proposal to demonstrate the above listed information and meet the solicitation evaluation criteria will result in the proposal not being considered for contract award. This project will start with work on two PRVs, N1 and N8, and begin on October 03, 2011, and will continue for a 5 year performance period. The offeror shall bid a lump sum price on each PRV's overhaul and modernization work. The pricing shall include a fixed-price per year, per PRV, on each style of PRV being modernized. Currently there are four different designs of PRVs. Two designs lift up to open and two designs lower to open. When all modernization and repair work is complete all the PRV units shall lift up to open. The Statement of Work (SOW) is broken down into two sections. The first portion lists the modernization criteria, including modification from a lower to open PRV into a lift to open PRV. The second portion lists the overhaul and replacement parts criteria for each style of PRV and will include requirements for repair to the internal water passages. The Government intends to award a firm fixed-price supply contract as the predominant part of the project is for supplies. However, work performed on-site at Hoover Dam will be subject to Davis Bacon Act prevailing wages and construction clauses will be included in the solicitation. The estimated magnitude of the construction work is between $1,000,000 and $5,000,000. This acquisition, when announced, will be conducted under the North American Industry Classification System (NAICS) Code 333611. The small business size standard for NAICS Code 333611 is 1,000 employees. The solicitation will be issued unrestricted. It is anticipated that the solicitation, in the form of a Request for Proposal (RFP), will be issued on or about June 24, 2011. Responses will be due thirty days after issuance of the RFP. The RFP will include evaluation factors such as experience, past performance, and price. One contract will be awarded. The estimated contract award date is September 23, 2011. However, all dates in this announcement are subject to change. One or more of the items under this acquisition is subject to World Trade Organization Government Procurement Agreement and Free Trade Agreements. No documents will be made available until the solicitation is issued. The solicitation will only be issued electronically via www.FedBizOpps.gov. The Government reserves the right to issue the solicitation on paper or CD if the FedBizOpps (FBO) website becomes inoperable or if the Contracting Officer determines it is in the best interest to do so. Offerors should register at the FBO to be included on the offeror list in order to receive notifications pertaining to the solicitation, or visit the FBO website after issuance to download the solicitation and any subsequent amendments. Offerors are required to have a current registration on the Central Contractor Registration (CCR) to be eligible for contract award. Offerors may register on CCR at http://www.ccr.gov. Questions may be submitted to Rita Horkan, (702) 293-8036 or by e-mail at rhorkan@usbr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/139446752785d46cdb2711e67310e2ca)
 
Place of Performance
Address: Mojave County, AZ and Clark County, NV
Zip Code: 89005
 
Record
SN02420142-W 20110410/110408234155-139446752785d46cdb2711e67310e2ca (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.