SOLICITATION NOTICE
Y -- Replace Sump Pumps in the Tunnel Plug Outlet Works - Hoover Dam Powerplants, Boulder Canyon Project, Arizona-Nevada
- Notice Date
- 12/13/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Bureau of Reclamation, Lower Colorado Region Contracting Office P.O. Box 61470 Boulder City NV 89006
- ZIP Code
- 80225
- Solicitation Number
- 05SP308023
- Response Due
- 3/30/2005
- Archive Date
- 12/13/2005
- Point of Contact
- Cedrick Williams Contract Specialist 7022938034 cwilliams@lc.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 replacement of sump pumps located in the Arizona and Nevada Tunnel Plug Outlet Works at Hoover Dam (Mohave County, Arizona and Clark County, Nevada) and is seeking proposals from responsible concerns having the necessary capabilities to perform the work. Principal features of the work include the following: (1) Provide the pump and equipment for un-watering the construction area. Up to 600 gpm on the Nevada side and 100 gpm on the AZ side will be pumped by the contractor to un-water construction areas; (2) Remove and dispose of two 2-stage vertical pumps. Each pump has a capacity of 10,000 gpm at 63 feet of head and has a 16-inch discharge. Each pump inlet is located in a sump 43 feet below the motor base; (3) Remove grating and metal supports in an 8 foot by 12 foot area above the pump inlet; (4) Enlarge the sump area by excavation of approximately 50 yards of concrete and rock; (5) Furnish and install approximately 20 cubic yards of reinforced concrete. (6) Remove and dispose of 4 gate valves (18-inch and 20-inch valves) from the suction piping to the pump; (7) Furnish and Install 4 new butterfly valves at the suction piping to the pump; (8) Fabricate and install two new suction barrel pipes, one for each of the new vertical pumps. The suction barrel pipes are approximately 17 feet 4 inches tall and will be fabricated from 40 inch diameter pipe with ¼ inch wall thickness; (9) Furnish and install two new 2-stage vertical pumps. Each pump will have approximately the same pumping capacity as the original pump. Each pump inlet for the new pumps will be located 50 feet below the motor base extending into the new sump area. The existing pumps should be replaced with commercially available pumps. Manufacturer's curves for the pump rated flow, horsepower, total head, and efficiency will be required and must be based on similar or identical pump designs supplied by the pump manufacturer; (10) Install new FRP grating and metal supports in an 8 foot by 12 foot area above the pump inlet. (11) Paint and coat valves, piping, pumps, and miscellaneous metalwork The Government reserves the right to issue the solicitation on paper or CD-ROM if the website becomes inoperable or if the Contracting Officer determines it is in the Government's best interest to do so. This acquisition will be pursued in accordance with FAR Part 15, Contracting by Negotiation. There will be a pre-bid conference/site visit scheduled in the solicitation, including the location, time, date and other pertain information. WE STRONGLY ENCOURAGE ALL INTERESTED PARTIES TO ATTEND THIS PRE-BID CONFERENCE/SITE VISIT. This is an unrestricted solicitation. The magnitude of this project is estimated between $250,000 and $500,000. The North American Industry Classification System (NAICS) code is 237110, the size standard is $28.5 million in average annual receipts. A bid guarantee will be required. Performance and payment bonds will be required following award pursuant to the Miller Act The Department of Interior has directed the use of Central Contractor Registration (CCR) as the single validated source on vendors doing business with the Government. Prospective vendors must be registered in CCR prior to the award of a contract. Lack of registration in the CCR database will make an offeror ineligible for award. The Central Contractor Registration Handbook and information on the registration process can be obtained via the CCR web site, http://www.ccr.gov or by calling 1-888-227-2423. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Please click here to view more details.
(http://www.eps.gov/spg/DOI/BR/BR/05SP308023/listing.html)
- Place of Performance
- Address: Mohave County, Arizona and Clark County, Nevada
- Zip Code: 89005
- Country: USA
- Zip Code: 89005
- Record
- SN00720376-F 20041215/041213211717 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |