MODIFICATION
Z -- Painting Turbines and Generators at Headgate Rock Hydroelectric Project, AZ-CA
- Notice Date
- 12/22/2015
- Notice Type
- Modification/Amendment
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- R16PS00252
- Response Due
- 1/7/2016
- Archive Date
- 1/22/2016
- Point of Contact
- Edward Jackson,
- E-Mail Address
-
ejjackson@usbr.gov
(ejjackson@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- Note for 12/22/2015 Sources Sought Notice (SSN) Modification/Amendment: Description did not properly transmit to FBO with original posting of SSN on 12/21/2015. Description is provided below, consistent with that posted to FedConnect for this SSN. Capability statement due date and time remains 07 Jan 2016, 2:00pm Pacific Standard Time. -- This sources sought notice is for market research and acquisition planning purposes only. No formal solicitation for this work exists at this time. All interested and qualified concerns are encouraged to submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative and management capability of such offerors to perform this type of work. The capability statements will be used to assist in determining appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted. The Bureau of Reclamation, Headgate Rock Hydroelectric Project, located on the Colorado River, in Parker, Arizona, in LaPaz County, approximately one mile northeast of the intersection of Arizona State Highway 95 and California State Highway 62 in Parker, Arizona, has a requirement for application of protective coatings to mitigate spot corrosion on steel and cast steel surfaces on three turbine-generators. There is a specific time frame during which each of the three turbine-generator units in the hydroelectric power plant can be taken out of service at any one time. The contractor will only be able to work on one unit at a time, and that work needs to be completed and accepted during the scheduled one month outage for that unit. The three turbine-generator units were previously painted in 2003 at which time the contractor removed the existing lead-based paint, disposed of the LBP waste materials, and recoated the units. Some of the adjacent air line and hydraulic piping, wall brackets, equipment supports, embedded floor plates, stairways, hand railings, and other appurtenant items were not painted and may contain lead-based paint. Maintenance work has damaged the coatings at bolts and seals along with areas of weathered paint and touch-up painted areas. The three turbine-generator units and all steel and cast steel items within the power plant require spot repairs to the damaged coatings, a complete final color coat and a UV-resistant clear coat. Air lines, hydraulic lines, wall brackets, equipment supports, embedded floor plates, stairways, hand railings, and other appurtenant items require removal of the existing lead-based paint and recoating. All work shall be performed in accordance with the Bureau of Reclamation criteria, methods, and procedures in the contract and the general specifications. There is no confined space work. Magnitude of construction is estimated to be between $250,000.00 and $500,000.00. Contractors shall demonstrate in their capability statement the ability to do the following: 1. The ability to self-perform a majority of the onsite activities. 2. Have sufficient equipment, personnel and tools. 3. Shall demonstrate minimum experience requirements of working directly in three (3) past contracts of similar size structures such as Headgate Rock Dam power plant within the last five (5) years. 4. Experience in site specific safety plans and ability to meet all environmental and safety regulations regarding removal and transportation of hazardous materials. 5. Experience in surface preparation and in the application of specified coating materials. Contractors shall demonstrate this by submitting those certifications (as listed below) in their capability statement. The Contractor shall manage the entire coating removal project, provide qualified, skilled labor and supervision and materials. Submittals after contract award are anticipated to include, but are not limited to, the following: (1) A Health and Safety Job Plan. (2) Technical requirements for surface preparation and coating certifications. (3) Environmental regulatory requirements related to hazardous paint removal, and demonstrate past experience with HAZMAT disposal requirements. (4) A current copy of their Society of Protective Coatings (SSPC) QP-1 and QP-2 certifications must be demonstrated. (5) Performance and Payment Bonds for the entire amount of contract award price. This acquisition, when announced, will be conducted under North American Industry Classification System (NAICS) Code 238320 Painting and Wall Covering Contractors, which has a small business size standard of $15.0M. Capability statements are to be submitted no later than Thursday, 07 January 2016, 2:00 PM Pacific Standard Time. The capability statement submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to perform the principal components of work listed above. Packages should include the following information: (1) Business name, address, business size and type(s) (Small Business, Veteran-Owned Small Business, Woman-Owned Small Business, (8)(a), HUBZone, Service-Disabled Veteran-Owned Small Business, other-than-small (i.e. Large) business, etc.), and point of contact to include e-mail address and telephone number; (2) Demonstration of the firm's experience shown by providing a list of actual jobs completed within the past five years from the date capability statements are due in which the Contractor completed coating work. Additionally, for each job listed, provide the following: project/contract title and reference number, a brief description of the work performed, effort/tasks/work self-performed and effort/tasks/work subcontracted, dollar value of the job, start and end dates (project duration), project location, customer's name and the customer's point of contact information (name, email address and phone number) for the work completed. (3) Copies of all certifications referenced above (4) Bonding capability, both on a single-job and aggregate basis. Capability statements shall not exceed five pages in length. All responses to this sources sought notice shall be provided to Edward Jackson, Contract Specialist, via e-mail at ejjackson@usbr.gov. Capability statements received via any other medium (e.g. regular mail, fax) will not be accepted or considered. This sources sought notice should not be construed in any manner to be an obligation of the Government to issue a contract or result in any claim for reimbursement of costs for any effort expended responding to this request. No solicitation is currently available. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on the Federal Business Opportunities web site at http://www.fedbizopps.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4a41f919e82213f5f5e01ac5d3e45e96)
- Record
- SN03976408-W 20151224/151222234725-4a41f919e82213f5f5e01ac5d3e45e96 (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 |