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
    61--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 safety of operations in managing water resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with a delivery deadline of October 31, 2024. For further inquiries, contact Jessie Conden at jconden@usbr.gov or call 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.
    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.
    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.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Z--DK-AO Heart Butte Safety of Dam Modification
    Active
    Interior, Department Of The
    The United States Bureau of Reclamation is preparing for a substantial dam safety modification project at the Heart Butte Dam near Elgin, North Dakota, estimated to exceed $10 million in value. The project, titled "Z–DK–AO Heart Butte Safety of Dam Modification," is a complex civil engineering endeavor aimed at enhancing the dam's structural integrity and addressing safety concerns. This opportunity notice is released as a special announcement to engage with potential contractors and gather their insights. The Bureau aims to optimize project scheduling, reduce costs, and mitigate risks by collaborating with experienced parties early in the process. Scope of Work The scope of this project involves a comprehensive range of construction and engineering tasks. This includes installing dewatering systems, constructing a cofferdam, grouting foundation voids, and repairing concrete outlet works. Additionally, the work requires excavating parts of the existing dam, building new sand filters, and implementing a drainage system with HDPE toe-drain pipes. The Bureau of Reclamation has provided detailed technical specifications outlining the precise dimensions and elevations required for these tasks. Eligibility Criteria Given the specialized nature of the project, the Bureau is seeking contractors with a strong background in heavy and civil engineering construction. Companies with the expertise and resources for precise excavation, construction, and modification work are encouraged to apply. Eligible contractors must demonstrate an ability to adhere to stringent industry standards and quality control measures. Funding and Contract Details The estimated value of the contract is expected to exceed $10 million. The contract type and funding details are not explicitly mentioned in the provided information. However, the project's significant value and complexity suggest a substantial funding commitment from the Bureau of Reclamation. Submission Process The Bureau of Reclamation encourages interested contractors to participate in the upcoming Industry Day for a comprehensive project briefing. The event will offer a detailed overview of the project's requirements and expectations. Feedback from attendees will be welcomed, providing an opportunity to shape the formal solicitation process. Evaluation Criteria While specific evaluation criteria were not provided, the Bureau is likely to assess applicants based on their expertise, past performance on similar projects, and ability to adhere to the stringent technical specifications and quality standards outlined. Contact Information For further clarification or additional information, interested parties can contact the primary point of contact, Mitchell Frost, at mfrost@usbr.gov or via phone at 0000000000. The Bureau of Reclamation looks forward to engaging with potential contractors and sharing details of this significant dam modification project.
    43--Canyon Ferry Air Compressor Heat Exchanger Con
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, intends to award a sole source contract for the purchase and installation of Sullair air compressor heat exchanger conversion kits at the Canyon Ferry Power Plant in Helena, MT. The procurement includes the conversion of two Sullair compressors from water-cooled to air-cooled systems, along with necessary software reprogramming, recommissioning, and on-site training for power plant staff. This project is critical for enhancing the operational efficiency of the compressors, ensuring they meet updated performance standards. Interested parties who believe they can fulfill these requirements are invited to submit their qualifications by September 20th, 2024, at 3:00 PM Mountain Standard Time, with inquiries directed to Michelle Romine at mromine@usbr.gov.
    Waste Transport and Disposal at Parker Dam
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for waste transport and disposal services at Parker Dam, California, through a noncompetitive Sole Source Solicitation. The contract requires the provision of a 6 cubic yard dumpster with weekly pickups and a 40 cubic yard roll-off dumpster for semiannual use, spanning from October 1, 2024, to September 30, 2029. This procurement is crucial for maintaining operational efficiency and compliance with waste management standards at the facility. Interested parties must submit their quotes electronically by September 19, 2024, at 3:00 PM local time, to the designated contacts, Noah Maye and Luis Gallardo, via email.