43--Canyon Ferry Air Compressor Heat Exchanger Con
ID: 140R6024Q0116Type: Special Notice
Overview

Buyer

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

NAICS

Air and Gas Compressor Manufacturing (333912)

PSC

COMPRESSORS AND VACUUM PUMPS (4310)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ROTARY SCREW VARIABLE SPEED DRIVE AIR COMPRESSOR
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting quotes for a rotary screw variable speed drive air compressor and associated components. The procurement includes a 40 HP air compressor, various piping materials, and installation services, all of which are essential for laboratory operations. This equipment is critical for maintaining operational efficiency in research environments, ensuring reliable air supply for various applications. Interested suppliers must submit their fixed order quotes by September 24, 2024, and direct all inquiries to Brian Nielsen at bnielsen@fnal.gov or by phone at 630-840-3554, while adhering to the specified terms and conditions outlined in the RFQ and associated documents.
    Dual Chamber Heat Treating Furnace
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for the procurement of a Dual Chamber Heat Treating Furnace, classified under NAICS code 333994. This furnace is essential for heat treating metal parts used in the maintenance of industrial equipment at Hoover Dam, ensuring reliable water and electricity delivery. Key specifications include a high-temperature chamber capable of reaching 2300°F and a normalizing/annealing/tempering chamber with a maximum of 1200°F, along with user-replaceable heating elements and safety systems. Proposals are due by September 19, 2024, and must be submitted via email to Noah Maye at nmaye@usbr.gov. The contract is set to be awarded based on technical merit, delivery time, and price, with a performance period from October 1, 2024, to January 7, 2025.
    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.
    DWA TGB Pumps and Heat Exchangers
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to supply pumps and heat exchangers for the Dworshak Project located in Ahsahka, Idaho. The procurement includes the delivery of three heat exchangers for main units 1 and 2, two for unit 3, along with various pumps, all of which must meet specified performance and construction standards without modifications. This equipment is crucial for the operational effectiveness of federal projects, ensuring reliable performance in dam operations. Interested bidders must submit their proposals by the new deadline of October 9, 2024, at 1 PM, and should contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further inquiries.
    Phillips 66 Turbine Oil 68 and Shell Omala S1 W 46
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes for the procurement of Phillips 66 Turbine Oil 68 and Shell Omala S1 W 460 for use at the Hoover Dam. The requirement includes 3,301 gallons of Phillips 66 Turbine Oil and 220 gallons of Shell Omala S1 W 460, with delivery options available via bulk tanker trucks or drums, adhering to strict quality and compatibility standards. These lubricating oils are critical for the efficient operation of hydro-power equipment, ensuring reliability and minimizing maintenance needs. Interested suppliers must submit their quotes by September 19, 2024, with the anticipated award date set for September 20, 2024, and delivery expected by October 4, 2024. For inquiries, contact Noah Maye at nmaye@usbr.gov or Luis Gallardo at lgallardo@usbr.gov.
    7B--Facility Management System Motion Control Engineer
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the Facility Management System Motion Control Engineer project, specifically aimed at upgrading the elevator monitoring system at the Hoover Dam. The procurement involves supplying and installing IController software, Dell PCs, and associated warranties to enhance operational support and monitoring capabilities for elevator maintenance personnel. This upgrade is crucial for maintaining safety and efficiency at the facility, ensuring compliance with IT security protocols. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by September 19, 2024, at 10:00 AM PDT, and can direct inquiries to Noah Maye at nmaye@usbr.gov.
    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.
    J--OR-EAGLE CRK NFH-FLYGHT PUMP REBUILD
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the Fish and Wildlife Service, intends to award a sole source contract to Whitney Equipment Company Inc. (WECI) for the removal, repair, delivery, and installation of a 30-HP Flygt Pump at the Eagle Creek National Fish Hatchery in Estacada, Oregon. This procurement is necessitated by the warranty requirements of the Flygt pump, which stipulate that only authorized technicians can perform the service, thereby limiting the competition to WECI as the sole authorized servicer. The contract falls under NAICS code 333914, which pertains to the manufacturing of measuring, dispensing, and other pumping equipment, highlighting the critical nature of the services being sought for the hatchery's operations. Interested parties may submit a capability statement by September 20, 2024, to demonstrate their qualifications, although no formal solicitation will be issued, and the government may proceed without competitive bidding if no viable alternatives are presented. For further inquiries, contact Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    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--Burley Fire Office HVAC System Replacement
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the replacement of the HVAC system at the Burley Fire Office in Idaho. The project involves the complete demolition of outdated HVAC systems and the installation of new energy-efficient units, including two-stage gas furnaces and programmable thermostats, in compliance with federal standards and building codes. This initiative is crucial for maintaining optimal climate control in government facilities while promoting energy efficiency and environmental responsibility. Interested small businesses must submit their electronic quotes by September 20, 2024, with a project budget estimated between $25,000 and $100,000. For further inquiries, contractors can contact Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.