Z--WY-BOYSEN PP G1 AND G2 GENERATOR REWINDS
ID: 140R6024R0016Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINTENANCE OF EPG FACILITIES - HYDRO (Z1MD)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details Amendment No. 0004 concerning the solicitation for the Boysen Powerplant Modernization Project, specifically focusing on the G1 and G2 Generator Rewinds. Key changes include extending the proposal submission deadline to September 20, 2024, at 1700 MD, and amending Section L of the solicitation to provide updated instructions and conditions for bidders. The amendment also emphasizes the requirement for proposals to acknowledge receipt of all amendments and outlines the proposal submission format and content expectations. The government mandates adherence to equal opportunity and affirmative action requirements, stating goals for minority and female participation among contractors. Detailed instructions on proposal submission, including volume requirements, evaluation factors, and a site visit on July 23, 2024, are provided. In summary, this amendment allows potential contractors to adjust their proposals in response to the extended deadline and outlines the criteria for evaluation, ensuring transparency and compliance with federal regulations. This initiative reflects the government's commitment to maintaining efficient project timelines and encouraging minority participation within the contractor workforce.
    The document outlines the details of Amendment No. 0002 to Solicitation No. 140R6024R0016 for the Boysen Powerplant Modernization Project, specifically focusing on G1 and G2 Generator Rewinds in Wyoming. It highlights significant modifications, such as extending the proposal submission deadline to September 4, 2024, and adjusting related timelines for site visit questions and requests for spare parts. The amendment clarifies acknowledgment procedures for vendors and emphasizes the necessity of submitting proposals in accordance with stringent federal procurement guidelines. The proposal submission structure consists of multiple volumes: a business proposal, a technical proposal, a small business subcontracting proposal, and a price proposal. The document requires detailed information on technical approaches, past performance evaluations, and adherence to Small Business Participation goals. Important contractual conditions, including bid guarantees and compliance with employment and materials sourcing regulations, are established to ensure fair competition and adherence to governmental standards. Therefore, this document serves as a critical update for prospective contractors interested in participating in the project while ensuring compliance with federal regulations and best practices in construction procurement.
    The document pertains to Amendment No. 0003 of Solicitation No. 140R6024R0016, related to the Boysen Powerplant Modernization Project in Wyoming, specifically focusing on the rewinding of G1 and G2 generators. It outlines the necessary procedures for acknowledging the amendment and modifying existing offers, emphasizing the importance of timely submission to avoid rejection. Key modifications include the removal and substitution of specific sections—Section 01 12 10 regarding Other Contracts and Section 51 00 90 related to Photographs—with revised documents being provided. These changes aim to clarify coordination requirements with other contractors and improve the understanding of associated works and visual documentation. Furthermore, the document contains a timeline for upcoming tasks associated with the generator work, detailing sequential operational phases, from disassembly to reassembly of components. It highlights the need for collaboration among multiple contractors to ensure efficient project execution while maintaining safety and performance standards. This amendment underscores the federal government's commitment to modernizing infrastructure while ensuring effective communications among involved parties, upholding regulatory compliance, and fostering a collaborative work environment.
    The document is an amendment to the solicitation for the Boysen Powerplant Modernization Project, specifically addressing the G1 and G2 Generator Rewinds. It outlines the requirements for proposal submissions and integrates changes made by the amendment, including the addition of drawings and an extension for site visit questions until August 9, 2024. The amendment stipulates the acknowledgment of amendments by offerors and clarifies the proposal submission deadline remains August 23, 2024, by 1700 MD. Key instructions guide the preparation of proposals, emphasizing compliance with specification requirements, adherence to the Buy American Act, and ensuring bid guarantees are in place. The document also details contractor obligations in terms of equal employment opportunity regulations and minority participation goals. Additionally, it informs potential bidders of a scheduled site visit and pertinent logistical instructions. This amendment is integral to ensuring all participants in the bidding process remain informed of updates and requirements, ultimately aiming to facilitate a transparent and competitive solicitation process within federal contracting standards.
    The Boysen Generator Rewind site visit, held on July 23, 2024, included attendees from prominent companies involved in generator services and repairs. Participants included representatives from Andritz, Integrated Power Services, National Electric Coil, and Sidewinder LLC, all of whom are potential contractors for the project. The list comprises key personnel along with their email addresses, indicating a collaborative effort to discuss project specifications and service offerings related to generator rewinding. This site visit is likely part of a government Request for Proposals (RFP) aimed at identifying skilled contractors to support generator maintenance and repairs, ensuring operational efficiency. The assembly of these specialized firms underscores the importance of gathering stakeholder insight to fulfill federal or local contractual requirements effectively. Overall, the document informs about the involved entities and sets the stage for subsequent project developments.
    The document addresses responses to questions posed by prospective contractors related to Solicitation No. 140R6024R0016 for a government project. Key topics include availability of manufacturer data for equipment, limitations on pricing allowances, and specifics on site visitation and proposal submissions. Notably, additional drawings for components such as the stator and coils are unavailable, underscoring the limited information provided to contractors. The Bureau allows for a break area for crews and confirms that prevailing wages apply to the project, with applicable rates outlined in a referenced attachment. Questions regarding crane operations clarify that the government will supply the crane operator, although the contractor may incur costs for additional crane hours. Overall, the responses emphasize the project's constraints and prerequisites while ensuring adherence to standards and regulations. The information serves as guidance for contractors on project expectations and logistical details necessary for bidding and execution, reflecting the structured nature of government-related solicitations.
    The U.S. Department of the Interior, Bureau of Reclamation, has issued Solicitation No. 140R6024R0016 for the Boysen Powerplant Modernization Project in Wyoming, focusing on the rewinding of two generator units (G1 and G2) and the supply of associated coolers. The contract includes significant work components such as removing old windings and stator cores, installing new windings and cores, provision of air and bearing oil coolers, and necessary abatement of hazardous materials like asbestos. The total project budget is estimated at over $10 million, and it is targeted for completion within 48 months from the award date. A site visit for potential bidders is scheduled, and all contractors must be registered with the System for Award Management (SAM). The solicitation emphasizes the need for comprehensive project management and coordination, highlighting interaction with other contractors and stipulated work-hour restrictions. The document outlines specific pricing schedules, detailing required deliverables and associated costs. Overall, this project underscores the federal government’s commitment to maintaining and modernizing critical infrastructure while ensuring environmental safety and compliance.
    The document pertains to an amendment of solicitation number 140R6024R0016 issued by the Bureau of Reclamation for maintenance services of EPG facilities related to hydro operations. It outlines the requirements for acknowledging receipt of the amendment, specifying the methods for submission which include a signed copy, acknowledgment on offers, or a communication reference. The amendment includes changes to specific items, including updates on the rewinding of equipment and asbestos abatement options for generators, with respective obligated amounts noted for each service description under the Product/Service Code Z1MD. The period of performance is set from November 15, 2024, to November 14, 2028. The document emphasizes the importance of finalizing and submitting offers prior to specified deadlines to avoid rejection, maintaining administrative protocol and modifications under the Federal Acquisition Regulation (FAR). Overall, it serves as a formal notice of changes to the solicitation and provides critical instructions for contractors regarding bidding and modifications to existing contracts.
    The document addresses Amendment 0002 to solicitation number 140R6024R0016, related to a federal contract under the purview of the Bureau of Reclamation's Missouri Basin Region. It outlines critical requirements for acknowledging receipt of the amendment, stipulating that offers must confirm acknowledgment prior to the specified deadline to avoid rejection. The amendment serves to clarify or modify terms within the original solicitation and indicates any necessary changes in contract details, which may include accounting data and administrative updates. The period of performance for the contract is noted to be from November 15, 2024, to November 14, 2028. The amendment maintains that all other original terms and conditions remain unchanged unless specifically indicated. The document also emphasizes the importance of compliance with federal guidelines concerning contract modifications, and it directs contractors on how to properly submit acknowledgment or changes.
    The document outlines an amendment to a solicitation for a government contract, specifically identified as Amendment 0003 for solicitation number 140R6024R0016, administered by the Missouri Basin Region Bureau of Reclamation. This amendment alters the terms of the original solicitation, requiring contractors to acknowledge receipt by specific means before the deadline to avoid rejection of their offers. It also notes that changes can be made to previously submitted offers if communicated appropriately. The period of performance for the contract is set from November 15, 2024, to November 14, 2028. The attachment mentioned is expected to provide further details and answers to questions raised during a site visit. The amendment reinforces the formal and procedural nature of government contracting, underlining the importance of compliance and acknowledgment in the bidding process.
    This document outlines an amendment to a federal solicitation identified by number 140R6024R0016, issued by the Bureau of Reclamation for the Missouri Basin Region. The amendment, designated as 0004, informs bidders of necessary changes pertaining to a contract or order under federal procurement regulations. It specifies that offers must acknowledge receipt of the amendment to avoid rejection, detailing methods of acknowledgment including submission with the offer or through separate communication referencing the amendment. The contract's period of performance spans from November 15, 2024, to November 14, 2028. The amendment reflects administrative modifications and maintains all unchanged terms from earlier documents. The document concludes with a signature section for the contracting officer and the contractor. The primary purpose is to ensure clear communication for potential bidders regarding compliance with procedural requirements for submitting offers in response to this amendment.
    This document is a Solicitation, Offer, and Award form issued by the Bureau of Reclamation's Great Plains Region, specifically for a construction project. The solicitation number is 140R6024R0016, with bids due on 08/23/2024. The contractor is expected to perform maintenance on facilities associated with hydroelectric power generation, including two key tasks: rewinding turbines and asbestos abatement for two generators. The performance period for these tasks is set from 11/15/2024 to 11/14/2028, with additional options for asbestos abatement to be exercised as needed. The solicitation specifies that sealed bids must include all required documentation, including performance and payment bonds. It outlines that the contractor must begin work within ten calendar days of receiving the notice to proceed, adhering to the terms stipulated in the solicitation. This document serves to procure services essential for the maintenance and safety of hydroelectric facilities, reflecting the federal government's ongoing commitment to infrastructure upkeep and compliance with safety regulations. The structured format includes sections for contractor information, solicitation details, and specific requirements for submitting offers and executing the contract.
    Similar Opportunities
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior's 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 cost ranging from $10 million to $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological conservation efforts in the region. Interested contractors must submit their proposals by September 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    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--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    Opportunity Overview: The U.S. Department of the Interior, Bureau of Reclamation, seeks bids for the Trinity River Division GSU Transformer Replacements project. The primary goal is to replace nine power transformers across three power plants in California's Central Valley, ensuring uninterrupted power generation. The project involves asbestos abatement, transformer installation and commission, and modifications to the isolated phase bus. Scope of Work: The successful bidder will be responsible for supplying, installing, and commissioning the transformers, while also removing the existing ones safely. They must adhere to strict safety and environmental guidelines and use the Critical Path Method for project management. Additionally, the contractor will attend coordination meetings and use a web-based document management system for efficient communication. Eligibility Criteria: There seem to be no specific eligibility requirements mentioned beyond the capability to execute the work. However, the solicitation process indicates a focus on selecting experienced contractors. Funding and Contract Details: The contract value is estimated at between $35 and $50 million and will be awarded as a fixed-price contract to the highest-ranked bidder. The contract is expected to begin in November 2024 and be completed by March 31, 2027. Submission Process: Bids must be submitted by the deadline outlined in the documents, which appears to be 90 calendar days after a site visit scheduled for November 1, 2024. Offerors must acknowledge receipt of any amendments and are expected to submit priced proposals for each of the four powerplant sites. Evaluation Criteria: The evaluation of bids will be based on the offered prices, compliance with technical requirements, and the following factors: technical merit (20%), past performance (20%), cost-effectiveness (20%), delivery timeline (15%), and quality of support and maintenance proposal (15%). Contact Information: For any clarifications or questions, interested parties can contact Matthew Thomas at mthomas@usbr.gov or via phone at 916-978-5117. --- Opportunity Overview: The Federal Highway Administration (FHWA) seeks innovative solutions to enhance road safety and reduce traffic fatalities. The focus is on developing technologies or systems that can identify and mitigate crash risks, particularly in work zones. Scope of Work: The successful applicant will deploy their solution at selected locations, collect and analyze data, identify crash risks in real time, and provide periodic performance reports. Eligibility Criteria: The eligibility criteria are not explicitly mentioned, but the focus on advanced technologies and data analytics suggests a preference for specialized firms with relevant expertise. Funding and Contract Details: The initial contract value is estimated at $1 million for the deployment phase, with potential multi-year follow-on contracts. The funding is sourced from the Highway Safety Improvement Program (HSIP). The contract is expected to begin in mid-2023. Submission Process: Interested parties must submit their responses within 30 days of the opportunity release. Evaluation Criteria: The evaluation will consider the following factors: life-saving potential (35%), effectiveness and relevance (25%), implementation feasibility (20%), cost-effectiveness (15%), and past performance (15%). Contact Information: No specific contact person is mentioned in the files provided. However, for general inquiries, you may refer to the Federal Highway Administration.
    59--WY GU SS MAIN BREAKER REPLACEMENT
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for the replacement of main station service molded case circuit breakers (MCCBs) at the Guernsey Power Plant in Wyoming. The procurement involves acquiring specific circuit breakers, including two ITE KM3-700 MCCBs and one ITE KM3-400 MCCB, along with necessary accessories such as shunt trip units and auxiliary switches, all adhering to defined electrical specifications. This initiative is critical for enhancing the facility's electrical infrastructure and is particularly focused on encouraging participation from small businesses, including service-disabled veteran-owned and HUBZone firms. Proposals are due by September 9, 2024, with delivery expected by December 1, 2024. Interested vendors can contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822 for further information.
    Z--SNYDER CREEK DAM RECONSTRUCTION
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management, is soliciting bids for the reconstruction of Snyder Creek Dam located in Fremont County, Wyoming. This federal contract, set aside for small businesses, aims to rehabilitate the dam through various construction activities, including dewatering, excavation, and the reconstruction of embankments and spillways, with a budget estimated between $1 million and $5 million. The project is crucial for maintaining public infrastructure and ensuring environmental compliance, with contractors required to secure necessary permits and adhere to safety and quality control measures throughout the construction process. Proposals are due by September 9, 2024, following a mandatory site visit on August 16, 2024; interested parties can contact Nathan Roush at nroush@blm.gov or (303) 236-2211 for further details.
    Z--Repair Water Well Elecrical System
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting bids for the replacement of the electrical system at the Uvalde National Fish Hatchery in Texas. The project involves replacing an existing generator and Automatic Transfer Switch (ATS), along with rewiring the electrical distribution system to enhance operational flexibility between two water wells. This upgrade is crucial for ensuring reliable emergency power supply, reflecting the government's commitment to maintaining essential infrastructure. Interested contractors must submit their proposals electronically by July 26, 2024, with the performance period set from August 5, 2024, to September 30, 2024. For further inquiries, contact Ray Fletcher at RayFletcher@fws.gov or call 505-248-6443.
    62--Nathaniel Washington Powerplant - Luminaire Replacement
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation seeks offers for a construction contract valued between $1 million and $5 million to overhaul lighting, T-beam joints, and general cleaning at the Nathaniel Washington Powerplant, Grand Coulee Dam. The procurement aims to enhance lighting efficiency and maintain structural integrity for specialized construction projects, with a mandatory requirement for bidders to be registered in the System for Acquisition Management (SAM). The solicitation is expected by the end of August 2024.
    Y--PBRWS PHASE 2 STAGE 1
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for the Pojoaque Basin Regional Water System (PBRWS) Phase 2 Stage 1 project in New Mexico. This federal contract involves the construction of a 105,700-gallon prefabricated pump station, installation of 3.2 miles of water lines, and the development of an 830,000-gallon concrete water distribution tank, all aimed at enhancing regional water infrastructure. The project is significant for addressing water resource management and compliance with legal settlements, ensuring that construction adheres to safety and environmental standards. Interested contractors must submit their proposals by September 13, 2024, with the project period of performance running from November 18, 2024, to April 16, 2026. For further inquiries, contact Tyler Spencer at tspencer@usbr.gov or call 801-524-3653.
    43--REPLACEMENT OF VERTICAL TURBINE PUMP
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for the replacement of a Vertical Turbine Pump system at the Right Powerhouse in Grand Coulee, Washington. The procurement includes a complete pump system comprising the pump, motor, column, discharge head, controls, and necessary components, all adhering to stringent specifications such as a minimum flow capacity of 5,000 gallons per minute and operational efficiency of at least 80%. This initiative is crucial for maintaining essential water removal operations, ensuring the reliability of infrastructure in the region. Interested small businesses must submit their proposals by September 9, 2024, and can direct inquiries to Donald Richer at dricher@usbr.gov.
    Y--Grand Coulee Left and Right Powerplants Tailrace S
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the replacement of the Tailrace Semigantry Crane at the Grand Coulee Left and Right Powerplants, part of the Columbia Basin Project in Washington. This project is designated as a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, and requires adherence to specific completion timelines as outlined in FAR 52.211-10. Interested contractors must submit a signed Non-Disclosure Agreement (NDA) to access solicitation documents, with key deadlines including a contractor question cut-off on August 22, 2024, and a mandatory site visit on August 15, 2024. For further inquiries, potential bidders can contact Lance Fleming at 208-378-5338 or via email at lfleming@usbr.gov.