SOURCES SOUGHT
28 -- Trinity Powerplant Unit 1 & Unit 2 Runner Replacement & Overhaul
- Notice Date
- 8/19/2011
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation - MP - Regional Office 2800 Cottage Way, Room E-1815 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- R12SY20001
- Response Due
- 8/30/2011
- Archive Date
- 8/18/2012
- Point of Contact
- Rosana Yousef Goarji Contract Specialist 9169785004 ryousefgoarji@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
- This announcement is to small business, 8(a) Small Business, HUBZone Small Business, and Service-Disabled Veteran-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 $10M. 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 and/or 8(a)), 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. The location for delivery is the Trinity Powerhouse approximately 35 miles northwest of Redding, California in Trinity County. All interested parties are encouraged to respond to this notice, by e-mail to ryousefgoarji@usbr.gov not later than 10:00 AM PST on 08/30/2011. 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. The principal components of the work to be performed include: A.Fabricate and test one hydraulic turbine model, and provide test report.B.Furnish two stainless steel vertical Francis turbine runners, nose cones, and appurtenant components for designed runners.C.Furnish new runner to shaft coupling bolts and nuts, and new generator shaft to runner shaft coupling bolts and nuts. D.Furnish new upper and lower stationary wear rings.E.Furnish new stainless steel wicket gates.F.Furnish new stainless steel shaft sleeve and install on shaft.G.Furnish new wicket gate dowels.H.Furnish new greaseless linkage bushings.I.Furnish new greaseless wicket gate bushings.J.Furnish new greaseless glide strips for operating ring.K.Furnish new shear pins.L.Furnish new head cover studs and nuts.M.Furnish new mechanical steal hold down studs, nuts, and steals.N.Furnish all components required to meet performance and cavitation guarantees.O.Rehabilitate headcover, bottom ring, shaft, operating ring, gate arms, and gate linkage.P.Rehabilitate upper, lower, and turbine guide bearings.Q.Shop assemble refurbished and new components before shipment to site.R.Provide recommended installation procedures of supplied components.S.Furnish new boring machine.T.Provide services of manufacturer's representative. Central Contractor Registration (CCR), as required by FAR 4.1102, applies to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. The offeror is required to submit their Representations and Certifications, as required by FAR 4.1201 via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The ORCA must be completed prior to award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1d25b06f11e3798de5c027e63d7eea00)
- Place of Performance
- Address: Trinity River Division, Central Valley Project, California
- Zip Code: 96019
- Zip Code: 96019
- Record
- SN02542628-W 20110821/110820000139-1d25b06f11e3798de5c027e63d7eea00 (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 |