Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2018 FBO #6078
SOURCES SOUGHT

Y -- 150 Ton Cableway Button Rope Inspection and Repair or Replacement

Notice Date
7/13/2018
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
140R3018Q0130
 
Archive Date
8/2/2018
 
Point of Contact
Tanya Wirth,
 
E-Mail Address
tlwirth@usbr.gov
(tlwirth@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
Title - 150 Ton Cableway Button Rope Inspection and Repair or Replacement NAICS - 333923 Overhead Traveling Crane, Hoist, and Monorail System Mfg This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements 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 or an alternate procurement strategy is warranted. The Bureau of Reclamation is seeking sources that are capable of providing services to non-destructively examine and either repair or replace two ¾-inch button ropes and buttons which span the canyon downstream of Hoover Dam. The contractor shall visually and magnetically inspect the full length of each button rope and provide an inspection report detailing the rope thickness along its length, number and location of any broken strands, location and severity of defects or discontinuities, photographs of areas of concern, an assessment of core conditions, and any other information which may be relevant to a rope serviceability determination. The inspection shall be performed with the button ropes strung across the canyon and the buttons installed. Based on the final inspection results, the Government will determine the best approach to correct the findings of the inspection through exercise of the following two options of work: •Option 1 - The Contractor shall supply all labor, equipment, and material to replace in kind and lubricate both button ropes. The contractor is to dispose of the old cable and any other parts according to any local codes and procedures; or •Option 2 - The Contractor shall supply all labor, equipment, and material to adjust the location of the existing buttons on one or both button ropes and secure them in place on the ropes. This adjustment shall be made with the ropes strung across the canyon using the existing hardware. The contractor is to dispose of any scrap parts according to any local codes and procedures. The Government shall supply the new locations of the buttons if their previous location cannot be determined. The project shall be completed no later than October 31, 2018. Interested offerors should provide evidence that they have the personnel, expertise, equipment, tools, materials, supervision, and other items and/or services necessary to perform farming services including the list above. The capability package should include the following information: (1) Capability statement showing recent experience doing this type of work or work similar in scope and complexity; (2) Company name and address, point of contact, phone number and email address; (3) Business size and type: 8(a), HubZone, Service Disabled Veteran, Small Business, Women-owned, Large Business, etc. All firms shall 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 System (NAICS) 333923 Overhead Traveling Crane, Hoist, and Monorail System Mfg - The Small Business Size Standard in number of employees for this NAICS is 1,250. Firms may also provide recommendation for use of and alternate NAICS code. Responsible sources are welcome to submit a capability statement on or before July 18th, 2018. Submittals will be reviewed and considered by Reclamation during the solicitation planning process. Send your capability package via email to tlwirth@usbr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140R3018Q0130/listing.html)
 
Place of Performance
Address: Boulder City, Nevada, 89005, United States
Zip Code: 89005
 
Record
SN04990980-W 20180715/180713230811-c5a382daa90da7ad8cae60a209241fdd (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.