SOLICITATION NOTICE
Z -- Z--HOOVER DAM POWERPLANT STATION SERVICE REPLACEMENT BOULDER CANYON PROJECT, ARIZO
- Notice Date
- 3/23/2024 11:59:58 AM
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3024R0025
- Response Due
- 4/30/2024 5:00:00 PM
- Archive Date
- 04/30/2024
- Point of Contact
- Watanga, Maxwell, Phone: 7022938045
- E-Mail Address
-
mwatanga@usbr.gov
(mwatanga@usbr.gov)
- Description
- The Bureau of Reclamation, Interior Region 8: Lower Colorado Basin (LCB) is issuing a Request for Proposal (RFP) for a firm-fixed-price contract for station service replacement of two 208V switchgear and three 480V switchgear; replacement of multifunction relays for station service protection; installation of main-tie-main control equipment; installation of temporary power equipment and feeders to 480V loads while switchgear is being replaced; testing and replacement of 208V and 480V feeder cables based on test results; removal of a motor control center; and replacement of multiple 208V and 480V panelboards and circuit breakers throughout power plant. The project will include coordinating the work based on scheduled generation outages and other operational requirements. Work is located at Hoover Dam Powerplant approximately 8 miles northeast of Boulder City, Nevada in Clark County, Nevada and Mohave County, Arizona. The principal components of the work are: A. Removing existing station service equipment. 1. Disconnect existing connections to station service DSA, DSB, DSC, DSD, and DSN. 2. Unmount existing equipment from station service equipment. 3. Demolition and disposal of cabinet MSB. 4. Disconnect and relocate loads: 5. Service Water Booster Pump #1 Via MSR. 6. Service Water Booster Pump #2 Via MSQ. 7. Perform cable testing of switchgear feeder conductors. 8. Remove and dispose station service equipment. B. Furnish and install temporary power switchboard. 1. Connect main power to temporary switchboard. 2. Provide temporary power conductors to switchgear DSA, DSD, and DSN. 3. Split conductors to provide temporary power to each switchgear feeder breakers. 4. Arrange temporary cable run for main source and feeders to DSA, DSD, and DSN. C. Furnish and install new station service equipment. 1. Reconnect main source and feeders to new station service equipment. 2. Add MSB loads to DSD and DSN respectively. 3. Replace failed test cables with new cables. 4. Reinstall existing equipment and cable connections to new equipment. D. Remove temporary power switchboard. 1. Remove and dispose of temporary power switchboard conductors. 2. Remove and provide temporary cable trays and switchboard to Hoover Dam Power Plant. E. Remove and replace panelboards and circuit breakers. 1. Remove and dispose of existing panelboards and breakers to be replaced. 2. Remove existing feed and loads from panelboards and/or breakers to be replaced. 3. Install new panelboards in location of old ones. 4. Replace existing feeder breakers for all panelboards to be replaced. 5. Replace existing feeder breakers with new one for existing loads. 6. Reconnect existing feed and feeder loads to new panelboards and feeder breakers. F. Remove and replace 900kW load bank. 1. Remove existing connection from load bank to 2000A bolted switchgear. 2. Remove and dispose of existing 800kW load bank from concrete pad. 3. Install new 1000kW load bank in placed. 4. Replace and/or install new conductors for new 1000kW load bank. The anticipated period of performance is approximately 28 months after receipt of Notice to Proceed. This procurement action is anticipated to be solicited as full and open competition/unrestricted and a subcontracting plan would be required. The NAICS code is 237130, Power and Communication Line and Related Structures Construction, with a size standard of $45.0 million. In accordance with Federal Acquisitions Regulations (FAR) 36.204, Disclosure of Magnitude of Construction, is between $5,000,000 and $10,000,000. This requirement is being procured in accordance with FAR Part 15, Contracting by Negotiation. This work involves performing work as defined in the Statement of Work that will be provided when solicitation is issued. Detailed requirements and/or specifications will be listed within the solicitation. A Firm Fixed Price award is contemplated from this solicitation with an award to the offeror(s) providing the best value, based on the evaluation criteria outlined in the solicitation once issued. Evaluation of interested firms is expected to be based on the following in the Solicitation: Factor 1 Experience Factor 2 Technical Approach Factor 3 Past Performance Factor 4 Small Business Participation Factor 5 Price The solicitation package will include the Solicitation Forms, Statement of Work and other attachments as required. Documents will be posted to SAM.gov about April, 2024. Contractors must be registered in the System for Award Management (SAM) in order to participate in this requirement. The SAM can be found at https://www.sam.gov. Payments will be made via Electronic Funds Transfer using the data within the SAM registration database. Contract Specialist and Point of Contact information for this requirement is: Max Watanga, Contract Specialist mwatanaga@usbr.gov All inquiries and questions must be submitted in writing; no verbal questions will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/346b8588adfd4166bcfe03c01020d3c0/view)
- Record
- SN07006939-F 20240325/240323230033 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |