Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOLICITATION NOTICE

Z -- Crane Control Modifications, Third Power Plant, Grand Coulee Dam, WA

Notice Date
6/29/2010
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - PN - Regional Office 1150 N. Curtis Road, Ste. 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
R10PS10035
 
Archive Date
6/29/2011
 
Point of Contact
Joseph Pratt Contracting Officer 2083785139 jpratt@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) has a requirement for upgrades and modernization of the control systems of six large power plant cranes located in the Third Power Plant at Grand Coulee Dam, in Okanogan County, Washington. For this acquisition the small business size standard is $33 million in gross annual receipts averaged over the previous three 1-year accounting periods and the applicable NAICS code is 237990 (Heavy Construction). This requirement is being conducted with full and open competition and it is NOT a set-aside. The existing control systems on the cranes are constant-speed mechanical control systems and are to be replaced with digital variable-frequency drive (VFD) control systems. The six cranes are: Ederer #4, a 50-ton bridge crane; Ederer #1, a 270-ton bridge crane; Ederer #2, a 275-ton bridge crane; Forebay Gantry Crane, a 275-ton gantry crane; Draft Tube Gantry Crane, a 70-ton gantry crane; and, a 2,000-ton RAHCO Gantry Crane. The work includes removal of existing operator's controls, removal of all electrical equipment & wiring, and design, fabrication, factory/field testing, furnishing & installing of digital VFD control equipment and associated systems. This includes motors, brakes, limit switches, complete control systems including radio control systems, collectors and conductors, operator cabs, conduit, wiring, load cells and indication systems, mobile radio, and auxiliary devices required to replace and enhance the crane's electrical power, lighting, and control systems. The work also includes asbestos and lead abatement. The estimated magnitude of the construction contract is $10 to $25 million. We anticipate issuing a Request for Proposals (RFP) in July or August 2010 and offers will be due approximately 60 days after the RFP is issued. Due to the number of specification drawings included in the RFP, the RFP will be issued on a CD or DVD as the file sizes make electronic posting of the RFP impractical. Offerors will be evaluated on their: proposed work plan and draft CPM schedule; qualifications and experience of proposed key personnel; degree of recent, relevant, successful past performance of similar requirements; price; and other factors. A site visit will be held approximately 3 or 4 weeks after the RFP is issued. Prospective offerors are strongly urged to participate in the site visit. A pre-proposal conference will be held the same day as the site visit, following a tour of the Third Power Plant. The pre-proposal conference will include a WebEx/conference call presentation. Offerors unable to attend the site visit may participate in the pre-proposal conference via the Internet - more detail will be provided in the RFP. Registration on the Interested Vendors List via this announcement at www.fbo.gov is strongly encouraged to assure that interested offerors receive convenient and prompt notification of amendments or other related correspondence. To request a copy of the RFP CD or DVD, offerors must send an email request to gen-PNR-TPPCrane@usbr.gov. Email requests must include a contact name, physical mailing address, phone number, and email address for the contact name. Only one copy of the CD or DVD will be issued per physical address, paper copies aren't available, and telephone requests for the RFP won't be accepted. The CD or DVD can only be mailed to U.S. addresses and will be sent via Priority or 1st Class U.S. Mail. The CD or DVD can be sent via FedEx overnight if a FedEx account number is provided in the email request. An offeror must be registered in the Central Contractor Registration (CCR) www.ccr.gov to receive contracts and purchase orders from the U.S. Bureau of Reclamation. All responsible sources may submit an offer, which will be considered by this agency. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. See Numbered Note 26.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0b1a714fcb55426d3436145d83cbad9)
 
Record
SN02191364-W 20100701/100629234931-d0b1a714fcb55426d3436145d83cbad9 (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.