Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2005 FBO #1167
SOURCES SOUGHT

Z -- Shasta Generators Unit 1 and Unit 2 Rewind

Notice Date
2/3/2005
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
05SP202016
 
Response Due
2/14/2005
 
Archive Date
2/3/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Bureau of Reclamation is issuing this announcement to identify potential certified HUBZone and 8(a) Small Business concerns who would be interested in performing generators rewind at Shasta Dam, Redding, California. Principal components of work include Shasta Powerplant generators unit 1 and unit 2: (a) Remove and dispose of existing generator armature windings, stator cores, and voltage regulating equipment. (b) Modify existing rotating exciters. (c) Re-insulate existing generator field poles and windings. (d) Furnish and factory test new generator stator cores, armature windings, and excitation systems. (e) Modify generator structural components to improve operation with increased safety factors at new rating referenced in section 16225 - Armature Windings: (1) Furnish new generator shaft coupling studs and nuts. (2) Modify rotor hub to shaft attachment system. (f) Thrust bearing systems: (1) furnish new thrust bearing with high pressure oil lift system for unit 1 and unit 2. (2) Furnish new thrust bearing oil coolers for unit 1 and unit 2. (g) Furnish on line generator performance monitoring systems compatible with existing "Zoom" (VibroSystm) interface equipment and software. (h) Install, adjust, and field test new equipment. (i) Furnish course materials and training sessions for Government personnel covering operation and maintenance of new excitation systems. All work required to be performed and completed within 1,000 calendar days from the date of issuance of the Notice to Proceed. The applicable North American Industry Classification System (NAICS) Code is 333611 and the related small business size standard in number of employees is 1,000. The estimated Construction Cost Range of this project is between $5,000,000.00 and $10,000,000.00. 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 a point of contact. (b) A copy of the certificate issued by the SBA of your qualifications as a Hub-Zone small business concern. (c) A positive statement of your intention to submit an offer for this solicitation as a prime contractor and (d) Evidence of your experience performing work similar in type and scope to include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. In addition, include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform the required work. 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. This procurement is being considered for 100 percent set-aside for HUBZone small business concerns, however, all interested parties are requested to respond. If adequate interest or sufficient supporting documentation is not received from HubZone concerns, the solicitation may be issued as a small business set-aside or unrestricted basis without further notice or may be canceled. Therefore replies are requested from all interested parties, regardless of business size or category. All interested parties are encouraged to respond to this notice electronically via email at spalachat@mp.usbr.gov or on company letter head not later than 14 February 2005 to Jeff Palachat, U.S. Dept. of the Interior, Bureau of Reclamation, Mid-Pacific Region, Acquisition Services, 2800 Cottage Way, room E-1815, Sacramento, California 95825-1898. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, applied 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. Information on Annual Representations and Certifications can be obtained via the Internet at http://www.orca.bpn.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=132455)
 
Place of Performance
Address: Redding, California
Zip Code: 96089
Country: USA
 
Record
SN00745324-W 20050205/050203212252 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.