J--Pump Bearing Repairs
ID: 140R2025Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to perform maintenance and repair services on four centrifugal pumps located at the Folsom Pumping Plant in California. The procurement involves inspecting, replacing bearings, and commissioning pumps 2, 4, 5, and 6, which are critical for ensuring a reliable water supply to local municipalities. This contract emphasizes the importance of maintaining essential water infrastructure and includes requirements for a site visit, adherence to safety regulations, and a one-year warranty on all repairs and parts. Interested contractors must submit their quotes by February 21, 2025, and can direct inquiries to Chelsea Tikotsky at ctikotsky@usbr.gov or by phone at 916-978-5459.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for pump repair services by the Bureau of Reclamation for the Central California Area Office. The purpose is to procure commercial items necessary to inspect, replace bearings, provide spare parts, and commission four horizontal centrifugal pumps located at the Folsom Pumping Plant in Folsom, California. The request seeks quotes from vendors in a Full and Open Competition format, evaluating based on technical merit, pricing, and past performance. Key details include a site visit scheduled for February 18, 2025, and a quote submission deadline by February 21, 2025. The project includes comprehensive tasks such as pump disassembly, bearing replacement, and inspection, with strict timelines for each pump's repair and commissioning. Deliverables include inspection reports, replacement parts documentation, and a one-year warranty on work performed. The procurement follows federal guidelines and emphasizes safety, requiring compliance with OSHA standards. This solicitation reflects a commitment to maintaining water supply reliability for various surrounding communities by ensuring the operational integrity of essential pumping infrastructure and supports local contractors with opportunities for engagement in government projects.
    The document outlines a solicitation for repairing four horizontal centrifugal pumps at the Central California Area Office of the Bureau of Reclamation. The primary objective is to inspect, replace bearings, provide spare parts, and commission pumps 2, 4, 5, and 6 to ensure reliable water supply to surrounding areas, including Folsom and Roseville. The process will involve a site visit, submission of quotes by February 21, 2025, and adherence to safety and quality standards specified in the Performance Work Statement (PWS). The project is structured into specific tasks, requiring contractors to provide detailed service, including pump inspections, transport, repairs, installations, and the provision of spare parts, all within defined timelines. A warranty for parts and labor lasting one year is mandatory. The contract emphasizes compliance with safety regulations and submission requirements, including a Quality Assurance Surveillance Plan (QASP) for evaluating contractor performance. This solicitation represents a full and open competitive opportunity aimed at qualified contractors ready to fulfill technical and logistical demands while ensuring quality, safety, and systematic oversight throughout the repair process.
    The document is a Wage Determination Notice from the U.S. Department of Labor under the Service Contract Act, establishing minimum wage rates and fringe benefits required for contractors in certain California counties (El Dorado, Placer, Sacramento, Yolo). It specifies that contracts entered into after January 30, 2022, must pay covered workers a minimum of $17.75 per hour, while contracts between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, or a higher rate if specified. The notice details various occupations, their corresponding wage rates, and benefits, including health and welfare compensation of $5.36 per hour. It mandates paid sick leave under Executive Order 13706 for eligible contracts. Additionally, it includes procedures for contractors to classify new job roles not listed in the determination, ensuring compliance with labor standards. The regulatory framework emphasizes protecting workers' rights and ensuring fair compensation in federal contracting, reflecting government efforts to enhance wage standards and labor conditions across contracted services.
    The Performance Work Statement outlines the requirement for the inspection, repair, and commissioning of four pumps (2, 4, 5, and 6) at the Folsom Pumping Plant, crucial for providing water to surrounding areas in California. The contract involves detailed tasks such as decoupling, transporting, and repairing each pump, which includes bearing replacements and system alignments. Key specifications outline each pump's specifications and operational capacities, emphasizing the need for high-quality workmanship in compliance with industry standards. The project is to be executed by the Central California Area Office of the Bureau of Reclamation, requiring completion of specific tasks within set timelines. The contractor must also provide spare parts and a warranty on their services. Safety regulations and quality assurance measures are emphasized throughout the document to ensure adherence to federal standards. The document serves to formalize the contractor's obligations, including technical requirements, safety compliance, and the necessity to communicate effectively with designated government representatives. Overall, this RFP emphasizes the importance of reliable water supply infrastructure and the need for thorough maintenance processes to ensure operational efficiency.
    The purpose of this amendment (0001) is to clarify the scope of a contract involving the servicing of pumps 2, 4, 5, and 6 at the Folsom Dam site. Key adjustments include correcting the site visit address and specifying that the contractor is responsible for all replacement parts and raw materials. Several questions were addressed regarding the scope of work, confirming that certain components such as impellers, pump cases, and shafts will be reused and not replaced unless modifications are authorized later. Non-destructive testing will now be requirement for the rotating assembly. Spare parts will be provided for future use and not for immediate installation, and the contractor must also provide necessary vendor drawings post-award. The document highlights issues related to bearing failures leading to overheating, emphasizing the need for specific interventions and confirming that all repairs will be evaluated under potential amendments to the contract later on. Overall, this amendment provides critical updates and clarifications essential for contractors engaged in this project, ensuring clear expectations regarding materials, repairs, and modifications.
    The amendment 0002 to the contract outlines key revisions intended to enhance the Project Work Statement (PWS). It specifically updates Section 8.0 F to include API specifications, revises charts in Paragraph 7.05 B 1, and adds language regarding installation and equipment requirements, particularly addressing how blind flanges should be mounted directly to valves. Additionally, it provides clarification regarding the plumbing work, indicating that each blind flange will contain a discharge valve for pressure relief. The amendment also corrects the pricing schedule and clarifies the nature of the contract, confirming it is not classified as a public works project. These modifications are pivotal for ensuring compliance and clarity in the contract's execution and specifications, thereby guiding the contractors in fulfilling project requirements effectively.
    The document outlines Amendment 1 to a combined synopsis/solicitation (140R2025Q0014) issued by the Bureau of Reclamation, Mid-Pacific Region. The purpose of this amendment is to correct the address for a required site visit and to add a stipulation regarding non-destructive testing of rotating assembly components. Additionally, it includes responses to procurement-related questions in an attached document. Offers must acknowledge receipt of this amendment in specified formats prior to the deadline to prevent rejection. The document emphasizes adherence to procurement regulations and the importance of timely communication during the bidding process. This amendment illustrates the government’s commitment to ensuring all potential contractors are updated with the latest specifications and requirements for compliance and performance in the bidding phase.
    The document is an amendment (Amendment 0002) to solicitation 140R2025Q0014 issued by the Division of Acquisition Services, Bureau of Reclamation, on February 7, 2025. The amendment updates the Performance Work Statement (PWS), specifically Section 8.0 F, to include API specifications, and revises various charts and language within the PWS to enhance clarity regarding installation requirements. Notably, the item addresses two questions concerning the contract: one confirming that both dresser couplings must be removed for blind flange installation and the other clarifying that this contract is not categorized as a public works project. This amendment outlines the requirement for contractors to acknowledge receipt through specific methods and indicates that all other terms of the original solicitation remain unchanged. The purpose of these updates is to ensure compliance and to clarify project specifications for potential bidders, supporting the overall goal of effective contract management within federal procurement.
    The document is a request for quotation (RFQ) for the maintenance and repair of four centrifugal pumps at the Central California Area Office of the Bureau of Reclamation. The tasks include inspecting, replacing bearings, and commissioning pumps 2, 4, 5, and 6 at the Folsom Pumping Plant, crucial for providing water to local municipalities. The RFQ sets a due date for quotes by February 21, 2025, and outlines a site visit requirement for potential contractors. The contract stipulates that the work is to be completed promptly, with specific timelines for each pump's inspection and repair. Key contractor prerequisites involve having relevant experience with similar pump systems, an in-house machine shop, and local proximity unless they are the original equipment manufacturer (OEM). The contractor's adherence to safety regulations and quality assurance is emphasized, alongside a one-year warranty on all repairs and parts. The document also includes clauses related to compliance with federal acquisition regulations, indicating this is intended for broad competition and ensuring transparency and accountability in the procurement process. Overall, the RFQ reflects the government’s commitment to maintaining essential water infrastructure effectively.
    Lifecycle
    Title
    Type
    Pump Bearing Repairs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Turbine and Generator Hydroelectric IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the manufacturing and rehabilitation of hydroelectric turbine and generator components. The procurement aims to address the repair, remanufacture, and machining of various hydro power plant components, including turbines, generators, valves, and other essential equipment at facilities such as Hoover Dam, Davis Dam, and Parker Dam. This initiative is critical for maintaining the operational efficiency and safety of hydroelectric power generation, with an anticipated contract value exceeding $10 million over a five-year ordering period. Interested parties must submit their capability statements by 5:00 PM Eastern Time on February 28, 2025, to Maxwell Watanga at mwatanga@usbr.gov, referencing the solicitation number DOIRFBO250010.
    UT-JONES HOLE NFH- DEGASSING PUMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the replacement of two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, Utah. The project requires the contractor to supply two Folsom 5 horsepower Simflo pumps, adhering to specific technical specifications and regulations, with a completion deadline set for April 1, 2025. This procurement is crucial for maintaining the health of fish populations and ensuring the hatchery's operational efficiency. Interested small businesses must submit their quotes, including technical proposals and past performance references, by March 3, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    43--PUMP, CENTRIFUGAL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of centrifugal pumps. This procurement is part of an Advanced Equipment Repair Program (AERP) and requires a firm-fixed price proposal that includes comprehensive repair costs for potentially damaged or incomplete materials, along with specific turnaround times for delivery. The centrifugal pumps are critical components used in various naval applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors must have a valid U.S. Security Clearance of CONFIDENTIAL or higher and are encouraged to contact Kathryn Shutt at 717-605-2430 or via email at KATHRYN.SHUTT@NAVY.MIL for further details. Proposals are due with specific delivery timelines set for 2026.
    Z--GLCA Lees Ferry Water System Maintenance: Water I
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of the Lees Ferry water system within the Glen Canyon National Recreation Area. The project involves the removal and replacement of water intake structures while ensuring the continuous operation of the existing water distribution system, with specific tasks outlined in the Statement of Work (SOW) including infrastructure verification and installation of new components. This maintenance is crucial for sustaining water supply and irrigation systems in the area, adhering to federal regulations and environmental compliance standards. Interested contractors must submit their proposals by February 26, 2025, with the performance period set from March 1, 2025, to June 30, 2025. For inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking contractors for the repair and modification of centrifugal pump units. This procurement involves the maintenance and enhancement of power and hand pumps, which are critical components in various naval operations. Interested parties should reach out to Kathryn E. Shutt at (717) 605-2430 or via email at KATHRYN.SHUTT@NAVY.MIL for further details. The notice is currently in the presolicitation phase, and additional information regarding timelines and funding will be provided as the process progresses.
    FMS- Repair - PUMP UNIT,CENTRIFUG
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the repair of a Pump Unit, Centrifug. This procurement aims to ensure the operational readiness and reliability of critical pumping equipment, which is essential for various military applications. The goods and services sought are vital for maintaining the functionality of power and hand pumps, classified under the NAICS code 333914 and PSC code 4320. Interested parties can reach out to Stephanie Yen at 717-605-4255 or via email at YENSTEPHANIE.H.TRAN.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking contractors for the repair and modification of centrifugal pump units. This procurement focuses on power and hand pumps, which are critical components in various military applications, ensuring operational readiness and efficiency. Interested parties can reach out to Kathryn E. Shutt at (717) 605-2430 or via email at KATHRYN.SHUTT@NAVY.MIL for further details regarding the presolicitation notice. Specific funding amounts and deadlines have not been disclosed in the overview.
    4320 - FMS Repair of HYDRAULIC PUMP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of hydraulic pumps under the solicitation titled "4320 - FMS Repair of HYDRAULIC PUMP." This procurement aims to ensure the operational readiness and reliability of hydraulic systems critical to various naval operations. The hydraulic pumps are essential components in aircraft and auxiliary equipment, highlighting their importance in maintaining fleet capabilities. Interested contractors can reach out to Joshua Seltzer at 609-284-3898 or via email at joshua.j.seltzer@navy.mil for further details regarding the solicitation process.
    Repair Pump House B1203
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the repair of Pump House B1203 located in Port Hueneme, California. This project falls under the category of commercial and institutional building construction, with a focus on the repair or alteration of miscellaneous buildings. The procurement is set aside for small businesses, emphasizing the importance of supporting local enterprises in fulfilling government contracts. Interested parties should reach out to Ricardo Macias at ricardo.macias.3@us.af.mil or William Tucker at william.tucker.32@us.af.mil for further details regarding the presolicitation notice.
    4320 - FMS Repair of HYDRAULIC PUMP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of hydraulic pumps under the solicitation titled "4320 - FMS Repair of HYDRAULIC PUMP." This procurement aims to ensure the operational readiness and reliability of hydraulic systems used in various naval applications, highlighting the critical nature of these components in maintaining fleet capabilities. Interested parties can reach out to Joshua Seltzer at 609-284-3898 or via email at joshua.j.seltzer@navy.mil for further details regarding the solicitation process and requirements.