Inactive
Notice ID:140R2020B0005
This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in...
This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The work to be performed is described below. Based upon responses to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 237990 and the related small business size standard is $39.5M. This source sought notice is for market research and acquisition planning purposes only. No formal solicitation for this work exists at this time. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The estimated cost of this project is between $1,000,000.00 and $5,000,000.00 This procurement will require 100% performance and payment bonds. Work is located at mile post 7.2 on the Delta-Mendota Canal, approximately 10 miles west of Tracy, California in Alameda County. The work consists of installing Government furnished vertical pumping units and valves into an existing pumping plant and furnishing and installing related equipment. Principal components of the work include: 1. Furnish and install pump pedestals for pumping units 3 and 4. Include the following items: a. Concrete placement, including formwork, reinforcement, cast-in-place anchors, and nonshrink grout. b. Concrete demolition and repair for interfacing pedestal ground system to existing ground system. 2. Deliver from storage site, install, and test the following Government provided items for pumping units 3 and 4: a. 42-inch motor operated butterfly valves. b. 42-inch tilted disc check valves. c. Vertical Pumping Units. 3. Furnish, install, and test the following items for pumping units 3 and 4: a. Pump discharge piping (steel manifolds) from 48-inch pump header to existing 42-inch blind flange. 1) 48-inch to 42-inch reducers. 2) Pipe couplings and harness stud assemblies. 3) Flange supports, including but not limited to: a) Core drilling into existing concrete. b) Adhesive anchors. c) Nonshrink grout. 4) Modify metal building to accommodate and seal around new discharge pipes b. Vibration monitoring sensors. c. Air Valves: 1) 12-inch throttling air and vacuum type. a) 12-inch AWWA manually operated butterfly valve. b) 12-inch surge check valve. 2) 6-inch combination type. a) 6-inch AWWA manually operated butterfly valve. d. Pressure gauges. 1) ¾-inch ball valve. e. Diffuser panels. 4. Furnish, install and test the following items for pumping units 3 and 4: a. 5kV cables from existing MCE to motor units 3 and 4, and from the new power factor capacitors to the MCC. 5. Design, furnish, install and test the following items for pumping units 3 and 4: a. Power factor correction capacitors and corresponding capacitor fuses for motor units 3 and 4. b. Extension of existing 2¿ RMC conduits for 5kV cables and control cables for units 3 and 4. c. 480V power cable, control cable and corresponding conduit for discharge butterfly valve 3 and butterfly valve 4. d. Grounding and bonding for the new equipment and interfacing to existing ground system. 6. Furnish complete spare parts that duplicate the existing equipment for unit¿s 3 and 4 panels, located in the existing motor control center (MCE). Interested parties shall include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, Small Business classification (Small Business, Veteran-Owned Small Business, Woman-Owned Small Business, 8a, HUBZone, Service-Disabled Veteran-Owned Small Business etc.), and a point of contact; (b) A positive statement of your intention to submit an offer/bid for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers for similar scope and complexity turnkey projects completed or substantially completed within the last five years. Detail collaboration efforts and role of interested party and collaborating manufacturers, designers and subcontractors. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. (e) Bonding capacity on a single-job; System for Award Management (SAM) applies to this procurement. Prospective contractors must be registered in the System for Award Management (SAM) prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov All interested parties are encouraged to respond to this notice, by e-mail to clowery@usbr.gov no later than close of business on 06/18/2020. Detailed specifications are not available at this time.