93--Belt Screen Mesh
ID: 140R1725Q0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGRAND COULEE POWER OFFICEGRAND COULEE, WA, 99133, USA

NAICS

All Other Plastics Product Manufacturing (326199)

PSC

MISCELLANEOUS FABRICATED NONMETALLIC MATERIALS (9390)

Set Aside

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

    The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the supply and installation of specialized belt screen mesh to protect aquatic life at the Sunnyside Screen Site. The contractor will be responsible for providing a polymer mesh grid that meets specific NOAA/NMFS tolerance criteria, along with all necessary labor, materials, and transportation to deliver the belts to the Yakima Field Office in Washington. This procurement is critical for ensuring environmental protection by preventing fish from entering pump bays, and it adheres to federal regulations, including a total small business set-aside. Interested parties should contact Terry Mest at tmest@usbr.gov or call 509-633-9327 for further details, and must acknowledge receipt of the solicitation amendment to ensure their offer is considered.

    Point(s) of Contact
    Mest, Terry
    (509) 633-9327
    (509) 633-9175
    tmest@usbr.gov
    Files
    Title
    Posted
    This document outlines the terms and conditions applicable to federal contracts for commercial products and services, emphasizing compliance with federal regulations. Key points include the requirement for manufacturers' standard warranties, electronic invoicing through the Invoice Processing Platform (IPP), and specific clauses that contractors must follow, such as the prohibition of certain products and the mandate for small business participation. The document also delineates the evaluation criteria for contractors, focusing on technical merit and pricing, while mandating proper representations and certifications concerning business status and compliance with labor standards. It emphasizes the need for contractors to submit clear documentation on deliveries, including the identification of products by brand name and part number. Furthermore, it details the implications of executive orders relevant to contracting, such as those promoting small business and veteran-owned businesses. The intent is to ensure accountability, transparency, and compliance throughout the procurement process, while safeguarding against potential malpractice or unethical behavior in contract execution. The document serves as a comprehensive guide for contractors wanting to engage in federal contracting, illustrating necessary obligations and expectations within the bidding process.
    This document is an amendment to solicitation 140R1725Q0002, concerning the acquisition of Sunnyside Belt Screens by the Bureau of Reclamation. The amendment outlines requirements for submitting offers, stressing the importance of acknowledging receipt of this amendment to ensure the offer is considered. Key changes include a requirement to submit the earliest available delivery due to urgent need, and a modification to evaluation criteria from "Lowest Price" to "Technical and Price." The amendment also references further changes detailed in an attached Provisions and Clauses document. The purpose of this amendment is to clarify the evaluation process and expedite the procurement timeline, thereby ensuring that contract offers are compliant and timely. All other terms and conditions remain unchanged, emphasizing the continuity of the initial solicitation while incorporating these specific amendments.
    The document outlines a Request for Proposal (RFP) from the Bureau of Reclamation for the supply and installation of specialized belt screen mesh. This equipment aims to protect aquatic life by preventing fish from entering pump bays at the Sunnyside Screen Site. The contractor is required to supply a polymer mesh grid that meets specific NOAA/NMFS tolerance criteria, along with all necessary labor, materials, and transport to deliver the belts to the Yakima Field Office, Washington. The procurement must align with existing delivery systems, specifically the Intralox/Hydralox Series 1800 sprockets. Additionally, the document emphasizes compliance with various clauses from the Federal Acquisition Regulation (FAR), including guidelines on electronic invoicing and payment through the U.S. Department of the Treasury's Invoice Processing Platform. It incorporates several legal stipulations ensuring equal opportunity and compliance with federal law, mandating that contractors adhere to provisions regarding small business participation. Overall, this RFP reflects the government's intent to acquire environmentally necessary equipment while upholding regulatory and ethical standards in procurement practices.
    Lifecycle
    Title
    Type
    Belt Screen Mesh
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Lahontan Basin Area Office - Vegetation Management
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a Blanket Purchase Agreement (BPA) focused on vegetation management services at Derby Dam, Prosser Creek Dam, and Stampede Dam in Nevada and California. The procurement aims to control both non-aquatic and aquatic vegetation, including the removal of dead vegetation, with a maximum contract value of $1.2 million over a five-year period. This initiative is crucial for maintaining ecological balance and ensuring compliance with federal safety regulations in the management of these vital environmental areas. Interested contractors must submit their quotes by October 18, 2024, and can contact Kevin Gonzalez at kgonzalez@usbr.gov or 916-978-4509 for further information.
    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 project cost ranging from $10 million to $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 November 7, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    R--Jackson County, OR Streamgaging
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is conducting market research to identify potential vendors for hydrological technician services related to streamgage rating table development and electronic equipment maintenance in Jackson County, Oregon. This sources sought notice aims to gather information on vendors' capabilities to inform the acquisition strategy, which may include small business set-asides or open competition, potentially leading to multiple awards. The services are crucial for effective water resource management in the Rogue River Basin. Interested parties are encouraged to submit their organization details and a tailored capability statement by October 25, 2024, to Michael Garloch at mgarloch@usbr.gov or by phone at 208-378-5258.
    J--CA-RED BLUFF FWO-NEW IRRIGATION PUMP
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement and installation of a closed-coupled vertical turbine pump at the Red Bluff Fish and Wildlife Office in California. The primary objective is to replace an unusable pump that is critical for irrigating vegetation on the site, ensuring efficient water delivery from the adjacent Tehama-Colusa canal. This opportunity is set aside for small businesses, requiring interested vendors to have a minimum of five years of experience in the agricultural water pumping industry and to comply with specific technical standards and government regulations. Proposals must be submitted by November 15, 2024, with inquiries directed to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
    46--Portable Water Filtration System
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking sources for a portable water filtration system as part of its acquisition planning process. The requirement includes a diesel-driven pump trailer capable of self-priming and discharging at least 2400 gallons per minute, along with a self-contained filtration system that filters to 50 microns and features a mechanical self-cleaning system. This equipment is crucial for ensuring efficient water purification in various operational contexts. Interested firms must submit their capability statements and relevant information by 2:00 P.M. Pacific Time on November 4, 2024, to Diane Rodriguez at DLRodriguez@usbr.gov, referencing the number DOIRFB0240038 in the subject line.
    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.
    B--MRG RGSM Population Monitoring
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking contractor assistance for the ongoing monitoring of the federally endangered Rio Grande Silvery Minnow (RGSM) population in the Middle Rio Grande of New Mexico. The primary objective of this procurement is to assess population trends and abundance in compliance with the Endangered Species Act, requiring the selected contractor to follow established monitoring protocols and deliver detailed monthly and annual reports on fish densities and environmental conditions. This initiative underscores the government's commitment to environmental protection and the conservation of endangered species, necessitating collaboration with stakeholders such as the U.S. Fish and Wildlife Service. Interested parties must submit a Capabilities Statement by October 18, 2024, and ensure registration in the System for Award Management (SAM) to be eligible for consideration.
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    Y--OT-CA-T28 WCMPWB UNIVERSAL ACCESSIBILITY
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified contractors for the Universal Accessibility Project in Oklahoma, aimed at enhancing accessibility at various recreational facilities. The project involves construction activities such as improving boat ramps, RV sites, day use areas, and campground facilities, with a strong emphasis on compliance with the Americans with Disabilities Act (ADA). This initiative is crucial for advancing inclusivity in public spaces, allowing greater access for individuals with disabilities. Interested businesses, particularly small and disadvantaged enterprises, are encouraged to submit their capability statements by October 25, 2024, with project budgets estimated between $1 million and $5 million. For further inquiries, contact Mitchell Frost at mfrost@usbr.gov.
    Z--TURBINE RUNNER CAVITATION REPAIR -- Nathaniel "Nat" Washington Power Plant, Gra
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for a Turbine Runner Cavitation Repair project at the Nathaniel "Nat" Washington Power Plant located in Grand Coulee, Washington. The project involves repairs on six hydro-electric turbines (G19-G24) that have sustained cavitation damage, requiring damage assessments, welding, and restoration of runner contours. This initiative is critical for maintaining the operational efficiency of the hydroelectric facility, with a projected contract value between $5 million and $10 million over a five-year period. Interested small businesses, particularly those classified as 8(a), Woman-Owned, Service-Disabled Veteran-Owned, HUBZone, and Indian Small Business Economic Enterprises, must submit their responses, including contact information and relevant experience, by 5:00 PM Mountain Time on November 12, 2024, to the designated contact, Bill Roberts, at wroberts@usbr.gov.