7B--Facility Management System Motion Control Engineer
ID: 140R3024Q0115Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the Facility Management System Motion Control Engineer project, specifically aimed at upgrading the elevator monitoring system at the Hoover Dam. The procurement involves supplying and installing IController software, Dell PCs, and associated warranties to enhance operational support and monitoring capabilities for elevator maintenance personnel. This upgrade is crucial for maintaining safety and efficiency at the facility, ensuring compliance with IT security protocols. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by September 19, 2024, at 10:00 AM PDT, and can direct inquiries to Noah Maye at nmaye@usbr.gov.

    Point(s) of Contact
    Maye, Noah
    (702) 293-8095
    70229384990000
    nmaye@usbr.gov
    Files
    Title
    Posted
    The document serves as an addendum to federal regulations governing contracts for commercial products and services, specifically those related to the Department of the Interior. It outlines various clauses related to contract terms, including electronic invoicing via the U.S. Treasury's Invoice Processing Platform (IPP), past performance evaluation through the Contractor Performance Assessment Reporting System (CPARS), and requirements surrounding internet protocol compliance. Security mandates are emphasized, detailing necessary safeguarding measures for contractor information systems and the handling of sensitive information. Provisions around employee identification, security clearances, and reporting of unauthorized access to sensitive data are also thoroughly specified. Contractors must comply with numerous FAR clauses related to ethical conduct, preventing conflicts of interest, and safeguarding sensitive information. Furthermore, the document delineates the assessment approach for contractors' quotes, focusing on technical capability and price as evaluation criteria. It underscores the government’s commitment to ethical compliance, transparency in purchaser decisions, and ensuring small business participation in federal procurement processes, particularly those owned by veterans and economically disadvantaged groups. This comprehensive structure ensures potential vendors are well-informed of their obligations and the performance metrics expected under the proposed contract.
    The document is a determination by the U.S. Department of the Interior's Bureau of Reclamation to solicit only from a single source for a specific procurement contract. The requirement centers on acquiring MCE software and hardware for monitoring the elevators at the Lower Colorado Dams, which is currently in use at Reclamation. The need for standardization and compatibility with existing systems necessitates the purchase of MCE's brand name product, as alternatives may lead to additional costs and inefficiencies due to potential integration issues. The estimated delivery time for the items is approximately 45 days, and the determination emphasizes that costs associated with switching to another system are not justified. The document outlines that, in accordance with relevant federal regulations, fair pricing will be ensured through competition or necessary price analysis if competition proves inadequate. Overall, the document underscores the importance of maintaining system compatibility and efficiency in procurement processes.
    The Bureau of Reclamation is seeking to replace its obsolete MCE elevator monitoring system at the Hoover Dam, approximately 30 miles south of Las Vegas. The current system will be upgraded to ensure 24/7 operational support for elevator maintenance personnel and to enhance monitoring capabilities. The contractor must supply upgraded equipment, including IController software, 13 Dell PCs, and associated warranties. The installation will involve updating existing software to Windows 10—64BIT and the latest ICONTROLLER software release. Key milestones include the contractor's submission of a purchase completion schedule within 30 days post-award, and delivery of equipment within 45 days to the Hoover Dam Central Warehouse. Security protocols necessitate immediate notification of any cyber-related incidents. The place of performance is specified as the Hoover Dam, with support from the contractor required for configuration and deployment of the new equipment. The overall period of performance is expected to be 45 days after the award of the contract. This procurement underscores the Bureau's commitment to maintaining operational efficiency and safety at the facility while also adhering to IT security requirements.
    The document is an amendment to a solicitation, specifically indicating updates regarding the submission of offers for a government contract. It specifies the acceptance protocols for acknowledging the amendment and emphasizes that failure to acknowledge receipt may lead to rejection of offers. The amendment extends the deadline for submissions to August 23, 2024, by 4:00 PM PDT. The effective period for the project is defined as August 26, 2024, to October 10, 2024. It also includes provisions for contractors to modify existing offers if needed, while maintaining strict adherence to the solicitation's terms and conditions. Additionally, it clarifies that various administrative changes are made to the contract, and all previous terms remain unchanged unless explicitly altered by this amendment. The document serves to inform potential bidders about procedural updates and deadline changes in relation to the federal procurement process.
    The document serves as an amendment to solicitation 140R3024Q0115 for the "Facility Management System Motion Control Engineering Elevator Equipment Replacement." Its primary purpose is to modify the initial requirements by reducing the number of necessary PCs from 13 to 10 and removing the requirement for Dell PCs, while specifying compliance with TAA, EPEAT, and Energy Star standards. The amendment also states that Hoover Dam IT will provide configuration files, shifting the responsibility from the vendor. Additionally, the amendment incorporates labor-related FAR clauses, updating wage determinations to ensure compliance with the Service Contract Labor Standards. The deadline for quote submissions has been extended to September 18, 2024, at 10:00 am PD. Importantly, acknowledgment of this amendment must be received prior to the specified time to avoid rejection of offers. This document highlights the dynamic nature of government contracting, reflecting adjustments to requirements to better suit operational needs and regulatory compliance while providing clear guidance on submission processes and contractual obligations.
    This document is an amendment to solicitation 140R3024Q0115 concerning the Facility Management System Motion Control Engineering Elevator Equipment Replacement project. The primary purpose of the amendment is to extend the quote submission deadline to September 19, 2024, at 10:00 AM PD. It also outlines the procedures for acknowledging receipt of the amendment, stating that offers must be acknowledged before the specified deadline to avoid rejection. The amendment reinforces that all terms of the initial solicitation remain intact, aside from the changes made regarding the submission deadline. The period of performance for the project is set from August 26, 2024, to October 10, 2024. The document is structured with itemized sections detailing instructions, modifications, and submission requirements related to the contract. Overall, this amendment facilitates and clarifies the process for potential contractors, ensuring alignment with federal procurement protocols while accommodating bidders with additional time for submission.
    The document is a Request for Proposal (RFP) issued by the Bureau of Reclamation for the provision of a Facility Management System Motion Control. The solicited services include engineering equipment replacement, specifically focused on IController Software, Dell PCs, and a warranty for the new controller. The procurement is categorized under the North American Industry Classification System (NAICS) and is classified as a small business set-aside opportunity. The deadline for submission of quotations is set for August 20, 2024, by 1600 local time, and all inquiries must be directed to Noah Maye via email at NMAYE@USBR.GOV. The contract emphasizes adherence to the Defense Priorities and Allocations System (DPAS), and submission of invoices to a specified address. The document provides instructions on completion and signature requirements for the offeror, ensuring clarity on the proposal process. Overall, the RFP outlines the Bureau of Reclamation's intent to upgrade its facility management capabilities while encouraging participation from small and veteran-owned businesses.
    The document outlines Wage Determination No. 2015-5593 under the Service Contract Act, detailing the minimum wage rates and benefits applicable to workers on federal contracts in Clark County, Nevada. It specifies that contracts awarded or renewed after January 30, 2022, must pay workers at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The document provides a comprehensive list of occupations, respective wage rates, and fringe benefits required, including a health and welfare benefit of $5.36 per hour. For covered contracts, employees are entitled to paid sick leave, vacation time, and paid holidays, while uniform maintenance costs must not reduce the hourly wage below determined rates. Additionally, it includes provisions for unlisted occupations through a conformance process, ensuring fair wage and classification based on skill comparison. This guidance is critical for compliance with federal labor laws in the context of government RFPs and grants, ensuring workers receive fair compensation on federal projects while balancing contractor obligations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    UCM HOOVER HARDWARE - SCHNEIDER ELECTRIC BRAND
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking qualified small businesses to provide Schneider Electric hardware components for the Hoover Dam's control system upgrade. This procurement involves replacing five programmable logic controllers (PLCs) as part of a transition from the Quantum system to the M580 system, which is essential for maintaining operational efficiency and compatibility with the existing Supervisory Control and Data Acquisition (SCADA) system. The selected contractor must deliver the required hardware within 60 calendar days post-award, ensuring minimal disruption to operations and reducing costs associated with reprogramming and integration. Interested vendors must submit their price quotes, technical capabilities, and delivery dates by September 20, 2024, and can direct inquiries to Jessie Conden at jconden@usbr.gov or by phone at 702-293-8128.
    SS Battery Monitor System
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking proposals for the procurement of a Station Service Battery Monitor System to replace the existing system at Parker Dam, California. The project entails supplying, connecting, and commissioning a new monitoring system, which includes specific hardware, software requirements, and communication interfaces, along with installation, testing, and training for operational staff. This initiative is crucial for ensuring the reliability of equipment and the effective management of water resources, while also adhering to safety standards throughout the project. Interested vendors must submit their quotes electronically by September 19, 2024, with a delivery deadline set for October 31, 2024. For further inquiries, potential bidders can contact Jessie Conden at jconden@usbr.gov or by phone at 702-293-8128.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    61--Nimbus Station Service Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking contractors for the Nimbus Station Service Replacement project, specifically to furnish components for a secondary unit substation. The procurement includes essential electrical equipment such as station service transformers, motor control centers, circuit breakers, and DC distribution panelboards, aimed at enhancing the operational capacity and safety of the facility. This initiative is critical for maintaining the infrastructure of the Central Valley Project, ensuring reliable power distribution and compliance with federal standards. Interested contractors must submit their bids by September 3, 2024, and are encouraged to contact Charlesetta Seibure at cseibure@usbr.gov or 916-978-5456 for further inquiries.
    DOI DAM SAFETY PROGRAM IOR
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for an Independent Oversight Review (IOR) of its Dam Safety Program, which encompasses over 1,400 dams managed by various DOI Bureaus. The objective of this procurement is to engage a contractor who will assess the effectiveness of dam safety measures, identify strengths and areas for improvement, and ensure compliance with federal safety guidelines over a five-year period. This initiative is crucial for maintaining public safety and environmental integrity by continuously improving risk management practices related to dam operations. Interested contractors must submit their proposals by September 17, 2024, with the performance period expected to commence on September 23, 2024, and conclude on September 22, 2029. For further inquiries, potential bidders can contact Keith Singleton at ksingleton@usbr.gov or call 303-445-2641.
    Z--WY-BOYSEN PP G1 AND G2 GENERATOR REWINDS
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Boysen Powerplant Modernization Project, specifically focusing on the rewinding of generators G1 and G2 in Wyoming. The project entails significant maintenance work, including the removal and installation of windings and stator cores, as well as asbestos abatement, with a total estimated budget exceeding $10 million and a performance period from November 15, 2024, to November 14, 2028. This initiative is crucial for maintaining the operational efficiency and safety of hydroelectric facilities, reflecting the federal government's commitment to infrastructure modernization and environmental compliance. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Mitchell Frost at mfrost@usbr.gov.
    J--Chandler Dam Turbine and Pump Overhaul
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking qualified small businesses to undertake a turbine and pump overhaul for the Chandler Dam in Washington State. The project involves a firm-fixed price contract where the contractor will provide all necessary labor, equipment, and materials to overhaul a James Leffel & Co. turbine and a Worthington Hydrocone pump, including repairs, modifications, and refurbishments as specified. This procurement is crucial for maintaining the operational efficiency of the dam's equipment and falls under NAICS Code 811310, with a small business size standard of $12.5 million. Interested vendors must be registered in the System for Award Management (SAM) prior to the anticipated Request for Quote issuance in early October 2024, with the closing date expected in the third week of October. For further inquiries, contact Malena Sanderlin at 509-633-9515 or via email at msanderlin@usbr.gov.
    Phillips 66 Turbine Oil 68 and Shell Omala S1 W 46
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes for the procurement of Phillips 66 Turbine Oil 68 and Shell Omala S1 W 460 for use at the Hoover Dam. The requirement includes 3,301 gallons of Phillips 66 Turbine Oil and 220 gallons of Shell Omala S1 W 460, with delivery options available via bulk tanker trucks or drums, adhering to strict quality and compatibility standards. These lubricating oils are critical for the efficient operation of hydro-power equipment, ensuring reliability and minimizing maintenance needs. Interested suppliers must submit their quotes by September 19, 2024, with the anticipated award date set for September 20, 2024, and delivery expected by October 4, 2024. For inquiries, contact Noah Maye at nmaye@usbr.gov or Luis Gallardo at lgallardo@usbr.gov.
    Dual Chamber Heat Treating Furnace
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for the procurement of a Dual Chamber Heat Treating Furnace, classified under NAICS code 333994. This furnace is essential for heat treating metal parts used in the maintenance of industrial equipment at Hoover Dam, ensuring reliable water and electricity delivery. Key specifications include a high-temperature chamber capable of reaching 2300°F and a normalizing/annealing/tempering chamber with a maximum of 1200°F, along with user-replaceable heating elements and safety systems. Proposals are due by September 19, 2024, and must be submitted via email to Noah Maye at nmaye@usbr.gov. The contract is set to be awarded based on technical merit, delivery time, and price, with a performance period from October 1, 2024, to January 7, 2025.
    Replace Interlock Control Systems at Maxwell Locks & Dams
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Pittsburgh District, is seeking a contractor to replace the interlock control systems at Maxwell Locks and Dams located in East Millsboro, Pennsylvania. The project entails the procurement and installation of a new valve interlock control system that complies with the Inland Marine Transportation System (IMTS) Minimum Interlock Control Standard, including the installation of cables, limit switches, control panels, and necessary hydraulic equipment. This construction is critical for ensuring the operational safety and efficiency of the lock and dam facilities, which are staffed year-round by government personnel. The contract, valued between $1 million and $5 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to be awarded as a Firm-Fixed-Price contract, with bids due following the issuance of the Invitation for Bid on or about September 23, 2024. Interested bidders should contact Michael Boyd at michael.w.boyd@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further details.