UCM HOOVER HARDWARE - SCHNEIDER ELECTRIC BRAND
ID: 140R3024Q0153Type: 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 - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Conden, Jessie
    (702) 293-8128
    (702) 293-8499
    jconden@usbr.gov
    Files
    Title
    Posted
    The document outlines a combined synopsis/solicitation (RFQ No. 140R3024Q0153) from the Bureau of Reclamation for hardware replacement at the Hoover Dam, specifically converting from the Quantum system to the M580 system. This RFQ is set aside for small businesses under NAICS code 334111 (Electronic Computer Manufacturing), requiring new equipment only. The contractor must deliver the hardware within 60 calendar days post-award, with no penalties for early delivery. Vendors must submit price quotes, technical capabilities, and delivery dates while adhering to specific instructions and FAR provisions. The evaluation criteria include technical capability, delivery, and price, with the government favoring quotes that offer additional benefits over the lowest priced solution. The document also specifies requirements around trade secrets and commercial information protections, as well as stipulations for electronic invoicing through the U.S. Treasury's payment system. Quotes are due by September 20, 2024, and inquiries must be submitted by September 19, 2024. This solicitation signifies the government's commitment to small business participation while ensuring compliance with various federal regulations and acquisition standards.
    The document is a Request for Quotation (RFQ) from the U.S. Department of the Interior's Bureau of Reclamation concerning various Schneider Electric hardware components. The RFQ outlines a detailed list of items including back plates, CPU and power modules, I/O modules, cables, connectors, terminal strips, and a programming cable, specifying part numbers, quantities, and a unit price of $0.00 for each entry. The total cost provided also stands at $0.00. This RFQ aims to engage suppliers in providing the listed hardware, likely for infrastructure or operational enhancements within the Bureau. As part of federal procurement processes, responses to this RFQ will inform purchasing decisions that align with budgetary frameworks and operational needs in compliance with federal standards. The absence of specified prices may imply further evaluation or negotiation will be conducted during the bidding process. Overall, this document is an essential step in acquiring necessary equipment for the Bureau's operations, reflecting standard practices in government procurement.
    This government document details a Request for Proposal (RFP) issued by the Bureau of Reclamation for the acquisition of Schneider Electric parts necessary for transitioning the control system at Hoover Dam. The RFP specifies the need for replacement of fiveprogrammable logic controllers (PLCs) to upgrade from the Quantum system to the M580 system. These replacements are crucial for maintaining operational efficiency and compatibility with the existing Supervisory Control and Data Acquisition (SCADA) system, which contains extensive legacy code. The document addresses essential details such as the product's specifications, delivery dates, administrative contacts, and instructions for invoicing. Importantly, it emphasizes that using Schneider Electric components will significantly reduce costs related to reprogramming, redesign, and the potential complications of integrating different manufacturers' PLCs. Careful consideration of compatibility is outlined, as transitioning to an alternative manufacturer's system could introduce extensive labor and hardware issues. Overall, this RFP aims to ensure efficient procurement and maintenance of Hoover Dam’s operational capabilities while minimizing disruption and costs associated with technological upgrades.
    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.
    PLC & SCADA Upgrades
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking contractors for the upgrade of its outdated Programmable Logic Controller (PLC) and Supervisory Control and Data Acquisition (SCADA) system at a fish culture laboratory in Kearneysville, West Virginia. The project aims to replace obsolete hardware and software components, ensuring the system is web-enabled for remote access while maintaining existing functionalities and providing training for USDA operators post-upgrade. This upgrade is critical for the USDA's fish culture operations, which rely on modernized technology to ensure efficiency and reliability. Interested contractors must submit their quotes electronically by 2:00 PM Central Time on September 20, 2024, and are encouraged to contact Jeff Kathman at jeffery.kathman@usda.gov for further inquiries.
    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.
    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.
    Rockwell Automation Software / Allen-Bradley Hardware components for ECMP 555 IWP upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for Rockwell Automation Software and Allen-Bradley Hardware components necessary for the upgrade of the Building 1770 Industrial Waste Processor control system. The procurement specifically requires brand name components, including controllers, input/output modules, and software licenses, which are critical for maintaining operational efficiency and effective ordnance support capabilities. Interested vendors must demonstrate their capability to meet the government's requirements by submitting their responses by September 23, 2024, at 10 AM (EST), and must be registered in the System for Award Management (SAM). For further inquiries, interested parties can contact Lawrence J. Connell at lawrence.j.connell.civ@us.navy.mil.
    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.
    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.
    GE Breaker Repair Services
    Active
    Energy, Department Of
    The Department of Energy is seeking qualified contractors to provide GE Breaker Repair Services, specifically for the Henderson 982 breaker, through the Western Desert Southwest Region. The procurement aims to secure field service technician support services to ensure the operational efficiency and reliability of the electrical infrastructure. These services are critical for maintaining the performance of power distribution systems, which are essential for energy delivery and management. Interested small businesses are encouraged to reach out to Joshua Griffin at jgriffin@wapa.gov or (602) 605-2607 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    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.
    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.