Replacement Skimmer & Actuator for HD WWTP
ID: 140R3025Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Water Supply and Irrigation Systems (221310)

PSC

QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H146)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 12:00 AM UTC
Description

The Department of the Interior, Bureau of Reclamation, is seeking to procure a replacement Rotating Skimmer and Actuator for the Wastewater Treatment Plant (WWTP) at Hoover Dam. The existing skimmer, which has been in operation for 25 years, has deteriorated beyond repair due to corrosion, necessitating a custom-made replacement that includes a 9-foot long, 8-inch diameter steel pipe designed to efficiently drain materials from the Clarifier. This procurement is critical to maintaining effective wastewater treatment processes and ensuring environmental quality at this significant federal facility. Interested vendors must submit their capability statements or quotations by February 3, 2025, with the anticipated contract award scheduled for February 2025, and delivery expected within 27 weeks thereafter. For further inquiries, contact Jennalyn Kent at JKent@usbr.gov or by phone at 702-293-8030.

Point(s) of Contact
Kent, Jennalyn
(702) 293-8030
(702) 293-8499
JKent@usbr.gov
Files
Title
Posted
Jan 22, 2025, 1:04 AM UTC
The Bureau of Reclamation, Department of the Interior, is seeking to replace a deteriorated rotating skimmer and actuator at the Wastewater Treatment Plant (WWTP) of the Hoover Dam. The current system has been in use for 25 years and is beyond repair, primarily due to corrosion caused by exposure to wastewater. The new 9-foot long, 8-inch diameter steel pipe with a 60-degree opening is designed to rotate and drain materials that accumulate at the surface of the Clarifier, ensuring unobstructed flow of treated wastewater over the weir. The request includes not only the installation of the new skimmer and actuator but also a spare set of gears, specifically the worm and bull gears, which require more frequent replacement owing to their susceptibility to wear and damage. This project underscores the government’s commitment to maintaining effective wastewater treatment processes at Hoover Dam while safeguarding environmental quality.
Jan 22, 2025, 1:04 AM UTC
The document outlines solicitation No. 140R3025Q0012, detailing clauses and provisions for a federal government contract concerning commercial products and services. It encompasses regulations pertaining to contract terms, electronic invoicing and payment, and security requirements specific to the Bureau of Reclamation. The contractor must use the U.S. Department of the Treasury's Invoice Processing Platform for payments, ensuring that all payment requests are compliant with the specified standards. Security measures emphasize stringent access controls for contractor personnel, aligning with federal standards, and mandate compliance with identification and background checks. Furthermore, the document lists various Federal Acquisition Regulation (FAR) clauses, ensuring adherence to legal directives, including provisions regarding labor standards and the prohibition of contracting with certain entities. Importantly, the clauses highlight the compliance expectations for businesses and subcontractors in relation to various equal opportunity and affirmative action policies. This comprehensive structure serves to outline the responsibilities and obligations required of contractors, supporting the government’s aim to ensure fair and secure procurement processes while aligning with national regulations and standards.
Jan 22, 2025, 1:04 AM UTC
The document is a Request for Quotation (RFQ) from the Bureau of Reclamation for specific supplies related to wastewater treatment at Hoover Dam. The RFQ is designated as request number 140R3025Q0012 and was issued on January 21, 2025. It outlines the requirements for two main items: a Rotating Wastewater Clarifier Skimmer and an AUMA Actuator, both classified under sewage treatment equipment with delivery expected within 189 days after contract award. The request indicates that it is not a small business set-aside and includes provisions regarding representations and certifications by the quoter. Interested parties are encouraged to submit quotations by February 3, 2025, indicating that the government is not obligated to cover any costs related to proposal preparation. The document emphasizes the importance of providing a reasonable and responsive quote from responsible offerors for the procurement process. Overall, the RFQ serves to solicit bids from potential suppliers for necessary equipment to support wastewater treatment operations at a significant federal facility.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
REPLACEMENT OF IRRIGATION PUMPS/MOTORS
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of irrigation pumps and motors at Katherine's Landing within the Lake Mead National Recreation Area. The project entails supplying and installing two new pump and motor assemblies that comply with specified performance standards and existing infrastructure, with a mandatory 24-hour test run for each pump prior to the second installation to ensure operational continuity. This initiative is crucial for maintaining the park's water treatment systems and adhering to NSF standards for drinking water. Interested small businesses must submit their proposals by March 27, 2025, and are required to attend a site visit on April 8, 2025. For further inquiries, contact Michelle Harrison at MichelleAHarrison@nps.gov or call 760-367-5517.
Grand Canyon - Roto-Jet Pump Service BPA
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for servicing and maintaining three Roto-Jet Pumps at the North Rim of Grand Canyon National Park. The procurement includes annual inspections, preventative maintenance, and emergency repairs to ensure the operational efficiency of these critical water supply systems. This BPA is vital for maintaining the infrastructure of one of America's premier national parks, with a five-year ordering period anticipated to commence on May 10, 2025. Interested vendors must submit their quotes electronically by May 7, 2025, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov or by phone at 719-470-8678.
43--EC - MTE SUMP PUMP REPLACEMENT
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking quotations for the refurbishment or replacement of a 500 GPM sump pump and the installation of new basket strainers for two existing 6000 GPM pumps at the Mt. Elbert Powerplant in Twin Lakes, Colorado. The procurement aims to ensure reliable operation of essential pumping systems, which are critical for maintaining operational integrity at the powerplant. This opportunity is set aside for small businesses under NAICS code 333914, with proposals due by May 11, 2025, and a firm fixed-price contract anticipated. Interested contractors must be registered in SAM.gov and are encouraged to conduct a site visit to assess the work required before submitting their proposals, which will be evaluated based on technical approach, past performance, and pricing.
36--PGP Hoist Oil Purification System
Buyer not available
The Bureau of Reclamation, specifically the Grand Coulee Power Office, is seeking qualified small businesses to provide a Hoist Oil Purification System. This procurement is critical for maintaining operational efficiency and environmental compliance within the Bureau's facilities. The anticipated Request for Quotes (RFQ) is expected to be issued around April 14, 2024, with the contract award planned for the last week of April 2025. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Georgena Palmer at gpalmer@usbr.gov or by phone at 509-633-9227.
HYRUM STAINLESS STEEL SLIDE GATES
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes from small businesses for the procurement of stainless steel slide gates as part of a combined synopsis and solicitation. The project requires various fabricated slide gates and Rotork gate actuators, with specific dimensions and operational characteristics outlined in the solicitation. These gates are crucial for water management and infrastructure projects, ensuring reliable operation in various environmental conditions. Interested vendors must submit their technical and pricing documents by April 14, 2025, at 2:00 PM MT, and can direct any questions to Contract Specialist Kimberley Hervat at khervat@usbr.gov or by phone at 801-524-3680.
DM-T20 Open Channel Comminutor - Wastewater Application
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement of one Model DM-T20 Dimminutor Open Channel Comminutor, designed for wastewater applications. The required equipment includes a heavy-duty ductile iron body housing, a cantilevered drive design, mechanical seals above cutters, hardened stainless steel cutters, and a stainless steel sizing screen, all intended to replace an existing unit with a maximum flow capacity of 6.4 million gallons per day. This procurement is crucial for maintaining effective wastewater management systems, and interested vendors should refer to the vendor quote provided by Franklin Miller Inc. for detailed specifications and pricing. For inquiries, contact Daniel Goldberg at daniel.j.goldberg6.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil, with the procurement set aside for small businesses under FAR 19.5.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. This project aims to enhance water access and infrastructure by constructing a new moored breakwater, upgrading electrical systems, and implementing a UV treatment system to mitigate contamination from invasive species. The estimated construction cost ranges from $5 million to $10 million, with a performance timeline of 580 calendar days post-award. Interested contractors must submit sealed proposals by the specified deadline and can contact Mark Barber at markbarber@nps.gov or 721-621-7310 for further information.
S--MTE Trash Removal Service
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking small businesses to provide weekly trash removal services at the Mt. Elbert Powerplant located in Twin Lakes, Colorado. The procurement includes the rental of three 4-yard dumpsters and encompasses all necessary labor, transportation, and supervision for the garbage removal services, which are to be performed once a week. This initiative is crucial for maintaining operational efficiency at the Powerplant and aligns with the Bureau's commitment to engaging small businesses in federal contracting. Interested parties must submit their responses, including a capability statement and relevant project experience, by April 28, 2025, to the designated government contacts, as this is a Sources Sought Notice and not a formal Request for Proposals.
Z--Battle Creek - South Diversion Dam and Canal Removal
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
PARKWIDE VFD REPLACEMENT
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the replacement of Variable Frequency Drives (VFDs) at the Lake Mead National Recreation Area's water treatment facilities. The project involves the installation of 16 new VFDs and the provision of 16 spare units, ensuring compatibility with existing systems and adherence to NFPA 70 standards, with a focus on minimizing downtime during installation. This initiative is crucial for maintaining operational efficiency in the park's water treatment systems while complying with federal regulations and environmental stewardship. Interested small businesses are encouraged to contact Caleb Overbaugh at caleboverbaugh@nps.gov for further details, with the project expected to be completed between May 12, 2025, and November 10, 2025, under a total small business set-aside with a ceiling of $12.5 million in annual gross receipts.