Inactive
Notice ID:140R3020R0025
The Bureau of Reclamation (BOR), Interior Region 8: Lower Colorado-Basin, has a requirement to replace the gate stem assemblies of up to 4 of the intake towers at Hoover Dam with corrosion-resistant s...
The Bureau of Reclamation (BOR), Interior Region 8: Lower Colorado-Basin, has a requirement to replace the gate stem assemblies of up to 4 of the intake towers at Hoover Dam with corrosion-resistant stem assemblies. This is a 5-year Indefinite Delivery-Indefinite Quantity (IDIQ) type contract. This procurement involves both supply and construction work. The goal is to replace the gate stem assemblies of up to 4 of the intake towers with corrosion-resistant stem assemblies. The original stem(s) will be tested, under a different contract, to determine the stems structural integrity. The results of testing may establish the feasibility of replacing, repairing, or keeping the remaining gate stems located at the other intake towers. Delivery orders will be issued for ordering the gate stem assemblies and task orders will be issued for the removal of the existing gate stem assemblies and installation of the new gate stem assemblies. Delivery orders and task orders may be issued independently from each other, at the same time, or under one order. The contractor must furnish all engineering, materials, labor, tools, equipment, transportation, supervision, and inspections to replace the original cylinder gate stems and associated parts for one Intake Tower. The old stems shall be removed and replaced with new stems, in-kind, with respect to dimensions and mechanical properties. Replacement of the stem includes all the associated parts needed for a complete and functioning stem. The associated parts include but are not limited to studs, bolts, nuts, pins, connecting rods, coupling flanges, the driving stem sections, the guide brackets, guide collars, and the connection parts to the cylinder gates. 1. Fabricate a complete set of corrosion resistant cylinder gate stem assemblies. Note: the stem tubing is not a conventional pipe size and will require a special run. 1.a. Fabrication methods shall demonstrate test results that meet or exceed all minimum strengths and elongation requirements. 2. Assemble sections of fabricated stems at the contractor's facility for inspection by Hoover personnel if requested. 3. Prior to the penstock outage, number, match mark, disassemble, and deliver to the Hoover Dam warehouse for staging in preparation of gate stem replacement. 4. Remove existing set of stems. Match mark and label each stem piece as it is removed. Deliver to Hoover Dam Central Warehouse for storage. 5. Install new set of stems. 6. Provide a complete set of as-built drawings in both electronic and hard-copy forms for one complete set of gate stems. 7. Provide commercial pipe racks at the Central Warehouse Yard and neatly stack the removed system on the pipe racks. 8. Acceptance testing: Full travel test, up and down, of reassembled stems and gates. The contractor and Hoover Dam personnel will test the new cylinder gate stems by raising and lowering both the upper and lower cylinder gates, followed by a re-inspection of the stems. An alternative approach in reference to design and installation is welcomed; however, all portions of the statement of work must be addressed prior to submittal of any alternative approach. Contractors must take into consideration the limitations of crane travel, loads, and material properties. This solicitation is issued as unrestricted, full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 237990, Other Heavy and Civil Engineering Construction. This acquisition will be pursued in accordance with FAR Part 15 and in accordance with the source selection evaluation criteria included in the Request for Proposal (RFP). Award will be made using the tradeoff source selection process, where it may be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. The Government intends to award one Indefinite-Delivery/Indefinite-Quantity (IDIQ) type contract as a result of this solicitation. The base contract will be for a 5-year ordering period. The estimated maximum value for the IDIQ contract is $30,000,000.00. Fixed-price delivery/task orders will be issued as required. The minimum order guarantee is $10,000.00. A pre-proposal site visit will be scheduled for all interested parties. Site visit information (e.g. date, time, location) will be provided with the solicitation. The site visit may be virtual. It is anticipated that the solicitation, in the form of an RFP, will be issued on or about July 17, 2020. No documents will be available until the solicitation is issued. The solicitation will only be issued electronically via https://beta.sam.gov/. Offerors should register on https://beta.sam.gov/ to be included on the offeror list in order to receive notifications pertaining to the solicitation or visit the website after issuance to download the solicitation and any subsequent amendments. All parties are responsible for checking the website to ensure that they have the most current information. All dates in this announcement are estimates and are subject to change. The solicitation, once issued, will contain instructions for submitting questions. No questions regarding this acquisition will be accepted or addressed/answered prior to the formal solicitation issuance. The point of contact is Luis Gallardo, Contract Specialist, at lgallardo@usbr.gov. Offerors are required to be registered in the System for Award Management (SAM) to be eligible for contract award. Offerors may register free in SAM at https://www.sam.gov/SAM/