The RFP Database
New business relationships start here

REPLACEMENT OF INTAKE TOWER CYLINDER GATE STEM ASSEMBLIES


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

This is a sources sought notice for acquisition planning purposes and no formal solicitation exists at this time. All businesses, regardless of size, capable of performing these or similar tasks are invited to respond to this announcement and submit a capability statement for review and consideration. Capability statements received will be reviewed and used to determine an appropriate procurement strategy; in particular, whether a set-aside is warranted, or an alternate procurement strategy is necessary.


Proposed Project:
The Bureau of Reclamation, Lower Colorado Region, Lower Colorado Dams Office has a requirement for the fabrication and replacement of intake tower gate stem assemblies. Hoover Dam is located approximately 30 miles southeast of Las Vegas, on the Nevada-Arizona border.

Below is a brief description of the requirement:
Hoover Dam has four intake towers. Each intake tower has two cylinder gates, each at different elevations. The cylinder gates are raised and lowered by a trio of hoisting units connected to stem assemblies that work in unison and are made up of an upper and lower section. The lower gate stem passes through the upper gate stem. The stems are aligned with guides attached to concrete wall. The stem assembly is made up of inner, coupled, seamless tubing. The upper stem is an outer, flanged, seamless tubing. The cylinder gates lift system consists of a central drive and three gear boxes.

The gate stem assemblies on the intake towers need to be replaced with corrosion-resistant stem assemblies. Each existing set of stems shall be removed. When removed, each stem piece shall be match marked and labeled as it is removed. A complete set of corrosion-resistant cylinder gate stem assemblies must be fabricated and installed by the contractor. The upper cylinder gate is approximately 190 feet below the intake tower maintenance floor and is raised or lowered by three equally spaced stem drive assemblies. The lower cylinder gate is approximately 340 feet below the intake tower maintenance floor and is raised or lowered by three equally spaced stem assemblies that slide (telescope) through the upper stem assemblies.



TECHNICAL REQUIREMENTS
Stem assemblies shall meet or exceed the ultimate and yield strengths as identified below:


FOR INFORMATIONAL USE ON WHAT IS CURRENTLY IN PLACE
Original specifications of the Gate Stems call for "Alloy steel for gate stems...seamless tubing, cold drawn and finished annealed":
Ultimate tensile strength    85,000 pounds per square inch
Elastic limit            65,000 pounds per square inch
Elongation in 2 inches        14 percent
Reduction of area        22 percent


The original stem assembly sections that include the upper and lower gate stems, lacing wire, pins and bolts, include materials identified as "semi-steel" and "nickel steel".


The lower gate stem couplings and connector materials are identified as S.A.E. 2330 steel with the following characteristics:
Ultimate tensile strength    100,000 psi
Yield point            80,000 psi
Elongation in 2 inches        20 percent
Reduction of area        60 percent


Preferred material is of the Duplex Stainless variety however the contractor may provide other series materials provided they meet or exceed those properties identified above in addition to having corrosion resistance equal to or better than 304 series stainless steel.



The estimated period of performance is 300 calendar days, installation shall be scheduled for October 2020 - January 2021. The estimated magnitude of this project is between $1,000,000 and $5,000,000. Interested sources must have sufficient financial and management capability to assure bonding up to $5,000,000.



Capability Statement/Package
Interested sources are welcome to submit a capability statement package to include the following information. Limit responses to 10 pages.
1. Capability statement shall address your company experience performing the work listed above or similar work. Similar work may include piping fabrication, vertical piping installation, and/or fabrication of vertical hoisting assemblies. Provide a list of projects that demonstrate that your company has the technical capability and required experience to successfully complete this unique project, either Government or commercial, and provide a brief description of the project requirement and how the project was accomplished.
2. Provide the availability of the requested material.
3. Provide your business name, Dun & Bradstreet Number, address, point of contact, phone number and email address.
4. Provide your business size & type: 8(a), HUBZone, Service Disabled Veteran Owned, Women-Owned, Small Business, Large Business, etc.


Information provided by industry in response to this announcement is voluntary. The Government will not pay for any information submitted in response to this sources sought. 


The anticipated North American Industry Classification System code is 237990 Other Heavy and Civil Engineering Construction with a small business size standard of $36.5 million. Requests for use of a different NAICS made be sent to Luis Gallardo via email to be considered.


Interested sources should submit their capability statement on or before 10:00 AM local time, September 23, 2019. All responses to this sources sought notice shall be sent via email to Luis Gallardo, Contract Specialist, at lgallardo@usbr.gov. The subject line shall clearly reference the Sources Sought Number associated with this notice. If you have any questions, please contact Mr. Gallardo at 928-343-8129.


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



Luis Gallardo, Contract Specialist, Phone 928-343-8129, Email lgallardo@usbr.gov - Nicholas Clements, Contracting Officer, Phone 702-293-8156, Email nclements@usbr.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP