The RFP Database
New business relationships start here

PARKER DAM TRANSFORMER RAPID DEPRESSURIZATION SYS


Nevada, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a sources sought synopsis for acquisition planning purposes only. No formal solicitation for this work exists at this time. This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time.

The responses to this synopsis will be used as Market Research to determine the Bureau of Reclamation's overall procurement strategy. All interested concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the ability to provide and install the system required. Based upon the response to this announcement and capability statement, the Government may determine to set this acquisition aside, proceed with an unrestricted solicitation, or decide on alternative procurement strategy.

The Bureau of Reclamation, Lower Colorado Region, is contemplating a project for the manufacture and installation of the Parker Dam Transformer Rapid Depressurization System at Parker Dam which is 155 miles downstream of Hoover Dam located in San Bernardino County, CA. The PDTRDS provides a way for dangerous pressure and gas created during a transformer failure to be vented in pipes in under a second of time thus limiting the possibility of fire, eliminating steel failure, and limiting the chance of a spill of mineral oil into the Colorado River through depressurization of the transformer. The estimated award amount is between $1,000,000 and $5,000,000. The Government intends to award one contract for manufacture/installation. Briefly, the work includes but is not limited to the following:

a. PDTRDS will be manufactured off site and be trucked to the warehouse staging area located south of the dam.
b. Once the PDTRDS arrives, it will be unloaded and stored at the staging site until needed by contractor construction crews assigned to perform the PDTRDS assembly.
c. Each PDTRDS will be assembled in groups of three which will take place with a generator shutdown.
d. Each PDTRDS will be tested for proper assembly and functioning of the equipment.
e. After all PDTRDS have been installed and quality assured, the contractor will clean the site and return it to pre-construction status.

Capability statements are to be submitted no later than Monday, September 16, 2019, 4 p.m. Pacific Daylight time. The capability statement should include the following information and shall be no longer than 4 pages:

(1)    Provide business name, address, business size and type (8(a), HUBZone, Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number.
(2)    Demonstrate the firm's experience by providing a list of projects completed within the past five years where this type of work or similar was completed. Provide type of project; where the project was/is located; dollar magnitude of the project; owners of the project; project duration; and if the project was completed on time and within budget.

When it is determined that a formal solicitation will be issued, a notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.gov/ .

The applicable North American Industry Classification System (NAICS) code is NAICS 237130 Power and Communication Line and Related Structures Construction. The applicable Product Service Code is PSC Z2MD B? Repair or Alteration of Electric Power Generation Facilities-Hydro. The small business size standard is $36.5 million average annual receipts.

Registration with System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered by the date proposals are due. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov.

All responses to this sources sought notice shall be provided to Francisco B?FrankB? Fernandez, Contract Specialist, via e-mail to: ffernandez@usbr.gov or via mail Bureau of Reclamation, Attention: Mail Code: LC-10303, P. O. Box 61470, Boulder City, NV 89006-1470.

Fernandez, Francisco

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP