61--2300 Volt Switchgear for Hoover Dam
ID: 140R3024Q0139Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Switchgear and Switchboard Apparatus Manufacturing (335313)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)

Set Aside

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

    The Department of the Interior's Bureau of Reclamation is seeking proposals for the procurement of 2300 Volt Switchgear for the Hoover Dam, specifically designed to operate government-furnished 150 HP sump pump motors. The project requires the supply and installation of electrical control equipment, including dual 400-amp vacuum contactors, with strict adherence to safety and performance standards. This initiative is crucial for maintaining and upgrading the operational efficiency of the Hoover Dam's infrastructure, ensuring compliance with federal regulations. Interested small businesses must submit their proposals by September 18, 2024, at 10:00 AM PDT, and can direct inquiries to Maxwell Watanga at mwatanga@usbr.gov or by phone at 702-293-8045.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications and configurations for electrical panels and pump systems at the Hoover Dam Powerplant, managed by the U.S. Department of the Interior's Bureau of Reclamation. It details the removal of the old panel AN, the installation of various electrical components, and updates on the active setups of Krohne Flow Meters for Pump Nos. 1 and 2. Structural dimensions, electrical connections, and safety measures are also recorded, emphasizing the need for meticulous adherence to safety protocols during installation. Moreover, the file references existing infrastructures and the modifications necessary for integrating new electrical setups into the existing system effectively. The information is crucial for RFPs and grants related to maintenance and upgrades of government facilities, ensuring compliance with federal standards while maintaining operational efficiency at this critical hydroelectric project.
    This document is a wiring diagram for Sump Pump No. 2 designed for use by the Bureau of Reclamation, specifically for the Lower Colorado Dams Facilities Office in Boulder City, Nevada. It details the electrical connections within the Ampgard medium voltage control device panels. The diagram includes a rear view of the panels, indicating various contact points for the system’s operation, as well as a breakdown of DC input connections labeled A1 to B12. Important notes emphasize safety considerations and the fact that some contacts are reserved for customer information. The diagram was created using AutoCAD and finalized on January 6, 2000. This technical document illustrates the instrumentation and electrical setup necessary for managing sump pumps in a critical infrastructure context, aligning with federal practices for resource and facility management.
    The document provides specifications for a medium voltage motor control unit by Ampgard, specifically the model R210SBA with an order number IVG0000086-0011. This motor control system is designed to operate at 2400 volts and has a 100 HP capacity, with a 23.6 full load amps (FLA) rating. It contains essential safety warnings regarding arc flash and shock hazards, emphasizing the use of appropriate personal protective equipment (PPE) for users. Additional technical details include its operational settings, efficiency ratings—such as guaranteed efficiency of 92.4% and power factor of 87.4%—and maintenance specifics like oil capacity for bearings. The equipment is manufactured by Nidec Motor Corporation, ensuring it meets standards for both domestic and imported components. The document serves as a technical reference for procurement, particularly relevant within the context of government RFPs and grants, suggesting that it is intended for entities seeking to acquire or utilize motor control systems in compliance with safety and performance regulations.
    The Hoover Dam requires a supply of 2300 Volt Switchgear designed for government-furnished 150 HP sump pump motors. The equipment specifications include dual 400-amp vacuum contactors and a piece for incoming power, utilizing full voltage non-reversing starters. Space constraints necessitate specific dimensions, with the overall layout needing to fit within a footprint of 60 inches wide and 38 inches deep. Standards include compliance with NEMA ICS 6 and ISO certifications for manufacturers. Technical submittals for design approval encompass a master drawing index, schematic diagrams, and component lists. The switchgear must feature accessible enclosures, component ratings aligned with industry standards, and built-in test circuits for operational efficiency. Installation includes dedicated motor protection relays with monitoring capabilities. The document outlines regulatory clauses for federal contracts, emphasizing electronic invoicing, cybersecurity, performance assessments, and the safeguarding of sensitive information. Overall, this solicitation emphasizes the importance of modern, reliable equipment and adherence to strict compliance and safety standards, essential for maintaining the operational integrity of the Hoover Dam's infrastructure.
    The document outlines the details and considerations regarding the installation and modification of sump pumps in a specified area. Key points include dimensions related to panel LSX, which stands at 6 feet 2 inches, and the existing switchgear. Two different sump pumps are identified, with one suggested to have an increased depth of 38 inches. Notably, blue filters will be removed to allow for a larger area pending on the project modifications, increasing current working space. The relocation of panel LSX by government electricians is mentioned, highlighting another available area of 6 feet 2 inches for operations. Some challenges are noted, specifically regarding the access width in front of the existing sump No. 5, which currently measures 5 feet 1 inch. These parameters suggest ongoing adjustments to accommodate the new installations while addressing depth and accessibility challenges. The overarching purpose aligns with local and federal requirements to ensure effective water management systems through planned upgrades and modifications. Key stakeholders, likely including electrical and engineering personnel, will be involved in assessing and implementing these changes to enhance operational efficiency and meet regulatory standards.
    The document addresses inquiries related to a government request for proposal (RFP) regarding the supply and installation of starters and associated equipment for specific motor systems. The first question clarifies the quantity of motor protection relays and RTD devices, confirming there are two complete units each requiring two starters, leading to a total of six relays and devices. The second question discusses the installation timeline, indicating that only one unit may be operational in the first year, but testing can occur using a 120VAC test plug lead without high voltage. The final question highlights confusion around assembly structures involved, specifying that existing soft start switchgear for air compressors is not included in the current statement of work, and the focus should remain on matching relay functionality for operators. Overall, the document outlines key specifications and procedural clarifications essential for potential contractors involved in fulfilling this government procurement initiative.
    The document outlines the solicitation for the supply of 2300 Volt Switchgear for the Hoover Dam, aimed at U.S. manufacturers. The switchgear is designed to operate two 400-amp vacuum contactors for government-furnished 2300 Volt 150 HP sump pump motors. The specifications highlight dimensions, enclosure requirements, and detailed performance ratings. Manufacturers must be ISO 9001 or 9002 certified and demonstrate five years of relevant production experience. Required submittals include various technical drawings, ratings, schematic diagrams, and component lists. The switchgear design must accommodate specific electrical characteristics, wiring standards, and provide operational and maintenance manuals. The project reflects the government's commitment to modernizing infrastructure while ensuring compliance with safety and industry standards. Manufacturers must also include a technical representative for equipment checkout within one year of receiving the equipment. This initiative facilitates efficient operation at the Hoover Dam through upgraded, reliable electrical solutions.
    The document is an amendment to a solicitation for the procurement of 2300 Volt Switchgear for Hoover Dam, identified by solicitation number 140R3024Q0139. The main purpose of the amendment is to provide additional technical materials, specifically two drawings and five photographs, while also extending the deadline for quote submissions to September 18, 2024, at 10:00 AM PDT. Contractors are required to acknowledge the receipt of this amendment to ensure their offers are considered. Important modifications include changes to the quote due date, and the introduction of visual documentation that outlines specific installation conditions, including construction challenges and measurements indicating potential work areas related to sump pump adjustments. The amendment underscores compliance with federal procurement regulations, ensuring that all changes are communicated effectively to potential bidders prior to the specified submission deadline. This solicitation modification thus aims to provide clarity and additional resources for engaged contractors to formulate more informed bids for the specified project.
    The document serves as an amendment to the procurement solicitation for the "2300 Volt Switchgear for Hoover Dam" project, identified as 140R3024Q0139. The purpose of the amendment is to update the statement of work (SOW), provide four accompanying photos, and address vendor inquiries. The requirements for submitting quotes remain unchanged, with a deadline set for September 18, 2024, at 10:00 AM PD. Key revisions include modifications to the description of motor protection relays and testing conditions for equipment, specifying that one piece will undergo a full test while two will likely undergo partial testing with lower voltage. Additionally, responses to supplier questions have been incorporated into the document. The amendment emphasizes the importance of acknowledging receipt of the amendment by the specified submission deadline to avoid disqualification. Overall, this document ensures clarity in procurement processes and facilitates effective communication between the Bureau of Reclamation and potential contractors, reinforcing standards and expectations in federal contracting activities.
    This document outlines a Request for Proposals (RFP) concerning a contract for the procurement of electrical control equipment, specifically switchgear rated at 2300 volts with a capacity of 400 amps. The contracting agency is the Bureau of Reclamation, with the solicitation number 140R3024Q0139. The submission deadline for offers is set for September 4, 2024, while the contract is administered by the Lower Colorado Region Office located in Boulder City, Nevada. The solicitation indicates the necessity for small businesses to compete under a total contract value of $1,250, and it includes provisions for service-disabled veteran-owned, HUBZone, and women-owned small businesses. The document specifies a FOB destination delivery requirement and references standard federal acquisition regulations that the contractor must adhere to. The contents of this RFP reflect the federal government's procurement strategy aimed at enhancing infrastructure capabilities while supporting small business participation in government contracts. This process is critical for ensuring compliance, efficiency, and fostering economic growth through diversified business involvement in federal projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project entails extensive work including the replacement of pumps, motors, and controls, as well as the installation of new piping, valves, and structural components such as ladders and platforms. This rehabilitation is crucial for maintaining the operational efficiency and safety of the dam's pumping systems. The estimated contract value ranges between $5 million and $10 million, with a Request for Proposal (RFP) to be issued using the Best Value Trade-off method. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further information.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of Generator Step-Up (GSU) transformers at three power plants within the Trinity River Division of California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is critical for modernizing the electrical infrastructure and maintaining reliable power generation, with an estimated contract value ranging from $35 million to $50 million. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Matthew Thomas at mthomas@usbr.gov or by phone at 916-978-5117.
    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.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    59--Pueblo Dam PLC Upgrade
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation’s Missouri Basin Regional Office, intends to award a sole source purchase order to Rexel USA, Inc. for the upgrade of Programmable Logic Controllers (PLC) and associated software at Pueblo Dam. The procurement aims to replace existing PLC components at the CBT and FryArk facilities, ensuring enhanced automation and control capabilities critical for government operations. The anticipated Request for Quote (RFQ) is expected to be published around September 20, 2024, with a due date approximately 10 business days later, and the award is projected for October 20, 2024, with equipment delivery within 4-6 weeks after the award. Interested vendors must submit a Letter of Interest by September 30, 2024, to the Contracting Officer, Carlos Quiles, at cquiles@usbr.gov, and must be registered in the System for Award Management (SAM) to participate.
    John Day Dam Generator Water Cooling System Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the rehabilitation of the Generator Water Cooling System at the John Day Dam located in Rufus, Oregon. The project entails replacing generator air coolers, header and drain piping, and installing modulating valves and associated controls across 16 generator units to mitigate water infiltration issues that have led to generator failures. This initiative is critical for maintaining the operational efficiency of one of the largest hydroelectric facilities in the United States, with an estimated project cost between $5 million and $10 million. Interested small businesses must submit their proposals by October 11, 2024, and are encouraged to attend a site visit scheduled for September 25, 2024. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Andrea Smothers at andrea.k.smothers@usace.army.mil.
    Lower Granite Dam Navlock Switchgear Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking sources for the replacement of the Lower Granite Dam Navlock Switchgear. This procurement involves providing personnel, materials, supplies, equipment, and supervision for the design, manufacture, and delivery of new electrical switchgear, motor control centers, and miscellaneous electrical materials, with installation to be performed by Lower Granite personnel. The switchgear and associated equipment are critical for the operational efficiency of the dam, ensuring reliable power transmission and control. Interested firms are encouraged to submit their qualifications, including past performance and business size, to Alan Inglis at alan.n.inglis@usace.army.mil by the specified deadline, as this is a sources sought notice and not a solicitation.