Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOLICITATION NOTICE

Z -- Piping Repair, Modification and Replacement for Hoover Dam

Notice Date
6/10/2010
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office 500 Fir Street Boulder City NV 89005
 
ZIP Code
89005
 
Solicitation Number
R10PS30002
 
Archive Date
6/10/2011
 
Point of Contact
Rita Horkan Contract Specialist 7022938036 rhorkan@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 (Reclamation), Lower Colorado Region, has a requirement for maintenance, repair, and replacement of structural steel and piping systems. The work is located at Hoover Dam, on the Colorado River, approximately 7 miles northeast of Boulder City, Nevada, and 32 miles southeast of Las Vegas, Nevada, in Clark County, Nevada and Mohave County, Arizona. The Hoover Dam facility is equipped with multiple steel structures and piping systems which support components that carry liquids and gases such as water, oil, and compressed air to various areas of the plant and dam. These structural and piping systems utilize structural steel and pipe ranging in size from 1-inch to 10 inches along with steel towers and other structures. System pressures range from 30 psi to 2300 psi. Materials include steel, copper, cast iron, PVC, aluminum, plastic and all other materials used in commercial structural components and piping systems. Piping styles include welded, threaded, flanged, grooved, and all other styles used for commercial piping systems. Structural steel includes I-beams, channel and angles. The work may include the following: (1) Removal and disposal of deteriorated steel or piping, including lead abatement efforts when necessary due to lead in the coating of the old component. (2) Design, supply, and installation of new steel structures or piping systems. (3) Modification of structure or piping systems, including structure and piping design incorporating new components (such as valves and strainers) to improve the operations and maintenance of plant systems. (4) Cleaning out portions of existing systems and applying protective coating to extend the life of the systems. (5) Design and supply of structure and piping system supports, valve access platforms, and valve access ladders. (6) Painting the external surfaces of steel structures and piping. (7)Fabricating, machining and installation of needed components. The following systems may be subject to repair, replacement, or refurbishment: (1) Water system piping including cooling water, domestic water, and other waste water systems. (2) Oil system piping including governor system, oil, lube oil, hydraulic oil and other oil systems. (3) Compressed air piping and other compressed gas systems. (4) Steel structure repair including spillgates, towers, piping, supports, gratings, hatch covers and any other repairs typical of a hydro electric facility. This requirement will be advertised using full and open competitive procedures. The North American Industry Classification System (NAICS) code for this acquisition is 238220 Plumbing, Heating, and Air-Conditioning Contractors and a small business size standard of $14.0M. The Government anticipates awarding multiple Indefinite-Delivery-Indefinite-Quantity (IDIQ) type contracts for a five year period without options. As piping work is required, fixed price task orders will be competed between the contractors receiving a contract award. The estimated total contract value for each contract awarded will be $5,000,000. Interested firms must be ASME certified and have ASME certified welders. Task order work must be performed by ASME certified welders, AWS certified welders, Journeyman Millwrights, Journeyman Pipefitters, and Journeyman Plumbers. The solicitation, in the form of a Request for Proposal (RFP), will be issued on or about July 29, 2010, with offers due thirty (30) days after. No documents will be available until the solicitation is issued. The solicitation will only be issued electronically via www.FedBizOpps.gov. The Government reserves the right to issue the solicitation on paper or CD if the FedBizOpps (FBO) web site becomes inoperable or if the Contracting Officer determines it is in the Government's best interest to do so. Offerors should register at the FBO to be included on the offeror list in order to receive notifications pertaining to the solicitation, or visit the FBO website after issuance download the solicitation and any subsequent amendments. Offerors are required to have a current registration on the Central Contractor Registration (CCR) to be eligible for contract award. Offerors may register on CCR at http://www.ccr.govQuestions may be submitted to Rita Horkan at rhorkan@usbr.gov or by fax at 702-293-8499.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2cbe0bcd7ec9bd552d3ebb4f9e136cda)
 
Place of Performance
Address: Hoover Dam, NV/AZ
Zip Code: 890051240
 
Record
SN02173888-W 20100612/100610234902-2cbe0bcd7ec9bd552d3ebb4f9e136cda (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 |
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.