MODIFICATION
C -- LCRO Electrical Systems and Equipment Testing and Assessments
- Notice Date
- 2/28/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Bureau of ReclamationLower Colorado RegionRegional Office500 Fir StreetBoulder CityNV89005US
- ZIP Code
- 00000
- Solicitation Number
- R14PS00132
- Response Due
- 3/7/2014
- Archive Date
- 4/6/2014
- Point of Contact
- Kelli Adams
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought synopsis for Architect/Engineer (A&E) Service for acquisition planning purposes and no formal solicitation exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted. Bureau of Reclamation's Lower Colorado Regional Office is located in and around Boulder City, NV, and includes more than 13 buildings on two major campuses and separate locations within the City. Buildings range in age from 3 to over 80 years old; older buildings have been renovated and rehabilitated to varying degrees, including partial or complete replacement of electrical systems and other systems depending on electrical services and components as well as repaired and altered electrical infrastructure. These buildings' and facilities' electric infrastructure and related systems and equipment must be periodically evaluated for potential repairs, upgrades, or replacements to ensure continued or upgraded operational capability and electrical, life safety, and other code's compliance. Reclamation intends to establish a program of assessments and testing to identify equipment and infrastructure in need of improvements and determine the scope of such improvements, with the assistance under contract of trained, Nevada-licensed electrical engineering and electrician workforce. Reclamation has an on-going requirement for A&E Services for General Electrical Systems testing and assessments. Reclamation is seeking A&E services under an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract over a five year performance period from firms with expertise in but not limited to Electrical Engineering. This project provides for scheduled and emergency testing and assessment of the condition and performance of facility electrical infrastructure and related and dependent equipment and components. Work under this contract is not intended for repair or rehabilitation of any electrical systems, sub-systems, equipment, or components - this contract is solely for purposes of assessments and testing, and when requested for evaluation and recommendations regarding the possible scope, cost, and schedule of potential repairs, rehabilitations, upgrades, and/or replacements and safe operating conditions of extant equipment including safe arc flash zone definition. Guiding public standards for this work include National Fire Protection Association (NFPA) Code 70B on electrical maintenance practice, including Chapter 9 (Studies and Analyses) and Chapter 11 (Testing Procedures Standards); NFPA 70, the National Electric Code (NEC); NFPA 101, Life Safety Code; and, International Building Code, 2014 - all as amended for Southern Nevada/Clark County. Work shall be performed through the issuance of Task Orders executed under the basic contract. Task Orders are intended to provide for services on an individually-negotiated fixed price basis. Examples of specific tasks include, but are not limited to: identify devices and circuits; develop data for single and multiple-line schematic drawings; test conductivity and resistivity of existing conductors; test and measure response time of circuit breakers; examine insulation and conduits to identify gaps or other deterioration; measure arc potential; evaluate Arc Flash safety radius and hazard zone of major electric features (switching, panels, etc.). Typical General Requirements include: 1. Safety: Work requires regular access to energized, powered infrastructure including power management, distribution, and local supply equipment, and represents significant hazards during testing and measurement activities. A Site-specific Safety and Health Plan with task-specific Job Hazard Analyses is required for each task ordered activity, compliant with Occupational Safety and Health Administration (OSHA) and Reclamation Safety and Health Standards (RSHS) and test- and safety-related requirements of National Electric Code and Fire/Life Safety Codes. 2. Hazardous, Non-Hazardous and Universal Waste Disposal: In the event that work under any task order under this Agreement generates or is likely to generate Hazardous Waste Materials, or expose workers to Asbestos, PCBs, or other materials, the Contractor shall develop, submit, and implement Hazmat plans and actions compliant with relevant requirements of OSHA (29 CFR, et al) and RSHS regarding workforce and environmental health and safety; and 40 CFR as applicable for manifesting, permitting, and disposition actions; and other appropriate regulations and laws. 3. Labor Standards: On-site work may be subject to the Service Contract Act. Responsible, A&E firms are welcome to submit a capability statement on or before March 7, 2014 by 5:00 PM PST. Submittals will be reviewed and considered by Reclamation during the solicitation planning process. Send your capability package via email to Kelli Adams, Contract Specialist at kadams@usbr.gov. Capability packages may be sent directly to Kelli Adams at The Bureau of Reclamation, Lower Colorado Region, P.O. Box 61470 (LC-10204), Boulder City, NV 89006-1470 (Building 1400 - 201C). Your package should include the following information: 1. Capability statement - showing recent experience doing this type of work or work similar in scope and complexity (5 page maximum). 2. Provide your business name, address, point of contact, phone number and email address. 3. Provide your business size & type: 8(a), HubZone, Service Disabled Veteran, Small Business or Large Business. All firms should identify whether or not they are a small business or other than small business in accordance with the size standard for The North American Industry Classification (NAIC) 541330 - Engineering Services. The Small Business Size Standard is $14 Million for this NAIC. If you have any questions, please contact Kelli Adams at 702-293-8363. 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 http://www.fedbizopps.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d7857371f5e21d3897a34d4b76568d08)
- Record
- SN03299853-W 20140302/140228234728-d7857371f5e21d3897a34d4b76568d08 (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 |