61--Nimbus Station Service Replacement
ID: 140R2024Q0080Type: Solicitation
Overview

Buyer

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

NAICS

Electric Power Distribution (221122)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Nimbus Powerplant Station Service Replacement Supply Contract outlines the requirements for electrical systems and related components within the Auburn-Folsom South Unit of the Central Valley Project in California. The document details the scope of work, which includes the provision of secondary unit substations, motor control centers, protective relay systems, and various other electrical installations. Key sections address contract document management, specifying submission procedures for safety data sheets, and guidelines for electrical drawings and data. Contractors must ensure compliance with specified standards, including safety precautions and systematic documentation practices. The project is structured into various divisions, each highlighting specific requirements, such as general requirements, integrated automation, and electrical materials. Emphasis lies on thorough submittal requirements, installation procedures, and applicable safety regulations. Overall, this contract serves to facilitate the efficient replacement of critical electrical infrastructure within the powerplant while maintaining adherence to government specifications and facilitating communication between all parties involved in the project. This structured approach aims to ensure project transparency, safety compliance, and effective management of the necessary documentation throughout the implementation process.
    The document details the Nimbus Powerplant's electrical installation project under the Bureau of Reclamation, U.S. Department of the Interior. It contains comprehensive engineering diagrams and technical specifications for electrical systems, including circuit breakers, transformers, and multifunction relays. The project aims to upgrade the plant’s electrical infrastructure to enhance operational efficiency and reliability of power distribution. Key elements include the installation of new circuit breakers (52A, 52B, 52C, and 52-5) with control schematics for automatic transfer between power sources, ensuring system resilience during outages. Various safety measures must be adhered to throughout construction, following stringent codes and approval processes. The document serves as a critical reference for contractors involved in the phased implementation of these electrical upgrades, ensuring compliance with government standards and operational integrity of the facility.
    The document outlines the designs and diagrams related to electrical installations at the Nimbus Powerplant, part of the Central Valley Project, under the Bureau of Reclamation, U.S. Department of the Interior. It presents a comprehensive array of AutoCAD drawings detailing circuit breakers, transformers, and control systems, emphasizing safety protocols and operational specifications. Key elements include the specifications for various electrical devices, control relays, and electrical interlock systems aimed at ensuring functionality and safety during operations. Several drawings illustrate connections, schematic diagrams, and control sequences for breakers, reinforcing the careful integration of electrical systems tailored to meet regulatory standards. The detailed representation indicates a commitment to effective operational reliability and underscores the importance of adherence to engineering practices in the design and construction of critical infrastructure. This documentation serves a vital role in guiding future electrical work and modifications necessary to maintain the efficiency and safety of the power generation facility.
    The document appears to be a draft related to federal and state/local Requests for Proposals (RFPs) and grants. While the specifics of the content are obscured due to formatting issues and lack of clear context, it suggests internal guidelines for processing or discussing RFPs and grants. Although it contains numerous references to procedures and protocols, no discernible key ideas or supporting details were derived due to the garbled nature of the text. The document is marked for "internal use only" and bears a caution against distribution, highlighting its sensitive nature. In the context of government RFPs and grants, it likely outlines processes for proposal management, compliance standards, and possibly criteria for evaluation. Nonetheless, without clear details, the exact purpose cannot be fully articulated, emphasizing the need for a clearer version to facilitate understanding and analysis.
    The solicitation No. 140R2024Q0080 outlines the requirements for furnishing components for a secondary unit substation, including station service transformers, motor control centers (MCCs), circuit breakers, and DC distribution panelboards. Key specifications include a 480-volt bus lineup, 300 kVA transformers, and the provision of various types of control and service breakers. A site visit is scheduled for August 14, 2024, at the Sacramento State Aquatic Center, where interested parties can attend to gain further insights. Participants are limited to three representatives per firm, and inquiries regarding the solicitation must be submitted to the designated Contract Specialist, Charlesetta Seibure, prior to the visit, with technical questions needing to be submitted by a specific deadline following the site visit. This document serves as part of the federal government's initiative to procure vital electrical infrastructure components, facilitating improved operational capacity and safety for the associated facilities. The structured nature of the solicitation emphasizes the importance of compliance with technical specifications and engagement through scheduled communication channels.
    The government solicitation, No. 140R2024Q0080, outlines requirements for the procurement and installation of electrical equipment for a secondary unit substation. The main components include the supply of various transformers, motor control centers, metal-clad breakers, and distribution panelboards. Key tasks involve delivering a 480-volt bus lineup, specific types of transformers (300 kVA and 2000 ampere), and unit breakers, all accompanied by necessary drawings and data. A site visit is scheduled for interested vendors at the Sacramento State Aquatic Center, with limits on attendees and protocols for submitting questions electronically to the Contract Specialist Charlesetta Seibure. Technical inquiries must precede the visit, and any impactful responses from the government may result in amendments to the solicitation. This document serves to facilitate a clear process for potential contractors to understand the requirements and submission steps for bidding effectively on this federal project.
    The document is an amendment (140R2024Q0080) concerning a federal solicitation, issued by the Bureau of Reclamation's Mid-Pacific Region. The primary purpose of this amendment is to revise the bid due date for offers related to the solicitation. It outlines the required acknowledgment methods for the receipt of the amendment, including options for submitting changes or acknowledgments via letter or electronic communication prior to the specified deadline. Additionally, it specifies that failure to acknowledge the amendment on time may lead to rejection of an offer. The amendment does not change any terms outside of extending the bid due date and requires a signature from both the government contracting officer and the contractor. All other terms and conditions from the original solicitation remain unchanged and in full effect, indicating a focused administrative update rather than a substantive modification to the original solicitation's requirements.
    The document serves as an amendment to solicitation number 140R2024Q0080 related to the Nimbus Station Service Replacement project. The key updates include a revised bid closing date, now set for July 15, 2024, at 5 PM PDT, and the incorporation of several attachments detailing specifications and drawings vital for the project. The amendment outlines necessary actions for contractors, including the acknowledgment of receipt of this amendment to avoid potential rejection of their offers. Additionally, it provides instructions for submitting changes to existing offers. Overall, this amendment formalizes critical adjustments required for prospective bidders participating in the ongoing procurement process of government contracts, ensuring compliance with specified guidelines.
    The document pertains to Amendment 02 of solicitation number 140R2024Q0080, focused on the Nimbus Station Service Replacement project. The amendment includes critical updates to the original solicitation: it revises the bid submission deadline to August 2, 2024, at 5:00 PM Pacific Daylight Time, and modifies the North American Industry Classification System (NAICS) code from 335314 to 221122 and the Product Service Code (PSC) from 6110 to 6150. Additionally, it removes the clause FAR 52.211-8 concerning the time of delivery. Contractors are required to acknowledge receipt of this amendment to ensure their offers remain valid, with instructions provided for submission methods. The purpose of these modifications is to clarify and adjust essential details of the bidding process, ensuring compliance and facilitating smoother procurement operations. The document reflects standard procedures in federal solicitations and underscores the importance of updates in the contract lifecycle.
    The document outlines Amendment 04 to the federal solicitation for the Nimbus Station Service Replacement project, issued by the Bureau of Reclamation's Mid-Pacific Region. The amendment notably extends the bid closing date to August 23, 2024, at 5:00 PM PDT, and integrates a site visit component in Section C regarding the scope of work. It specifies the procedures for acknowledging receipt of the amendment, which include incorporating it into offers or submitting a separate acknowledgment, with a clear warning that failure to do so may result in the rejection of proposals. Additionally, the document clarifies that existing terms and conditions remain unchanged unless explicitly altered. This amendment serves as a critical update for prospective contractors, ensuring clarity and compliance for the submission of bids in line with federal contracting protocols.
    The document is an amendment to a solicitation for the Nimbus Station Service Replacement project, specifically identified as Amendment 04. Its primary purpose is to update details concerning a site visit related to the project. Notably, the amendment revises the scheduled site visit time to occur on August 14, 2024, from 12:00 PM to 4:00 PM PST. Additionally, the document outlines the procedure for acknowledging receipt of the amendment by bidders, stipulating that failure to acknowledge it prior to the specified deadline may result in the rejection of their offers. It also highlights necessary changes to the components of work detailed in Section C of the original solicitation. Reinforcing the adherence to federal regulations, it states that all other terms and conditions of the original contract remain unchanged. This amendment serves as an essential update to ensure that prospective contractors are informed of critical changes affecting the proposal and bidding process for government contracts.
    The document pertains to Amendment 06 of Solicitation No. 140R2024Q0080 issued by the Bureau of Reclamation. Its primary purpose is to extend the bid submission deadline to September 3, 2024, at 1300 PST. It emphasizes the importance of acknowledging receipt of the amendment by interested contractors to prevent rejection of their offers. Contractors are instructed to submit their acknowledgment via mail, electronically, or by referencing the solicitation and amendment numbers in future correspondences. The file includes standard contractual modifications, including sections for identifying changes in administration and contractual obligations, alongside a signature section for confirmation by the contracting officer and the contractor. Overall, this amendment updates the bid timeline and maintains necessary communication protocols in line with federal acquisition regulations, reflecting the ongoing administrative processes within government procurement.
    The document pertains to an amendment of solicitation number 140R2024Q0080 issued by the Bureau of Reclamation, outlining critical updates regarding a procurement process. Key points include acknowledgment requirements for bidders regarding the amendment, with options to confirm receipt through the submission of a signed copy, a separate letter, or electronic communication by the specified deadline. Additionally, the document notes that a further amendment is anticipated in September 2024 to correct technical errors identified in the original statement of work. A second site visit is scheduled for October 8, 2024, and bidders must submit industry questions by October 10, 2024. The final submission date for bids is established as December 13, 2024, by 2:00 PM PST. The overall aim of this amendment is to ensure clarity and accuracy in the bidding process while adhering to federal procurement regulations.
    The document is a solicitation for commercial items issued by the Bureau of Reclamation in Sacramento, CA, under the procurement system, specifically identified as RFP 140R2024Q0080. The purpose is to invite offers for various electrical equipment, including a standby engine-generator set, secondary unit substation, medium voltage switchgears, distribution panelboard, and motor control center, with specified quantities and product/service codes. The due date for offers is set for May 16, 2024, and the delivery deadline is May 31, 2024. The Bureau emphasizes the importance of inclusion for small businesses, specifically mentioning various classifications such as service-disabled veteran-owned and women-owned small businesses. Terms related to the contract include the use of the Defense Priorities and Allocations System (DPAS) and payment instructions, indicating that invoices should be submitted according to specified guidelines. The document serves to ensure compliance with Federal Acquisition Regulations (FAR) and provides essential details for potential contractors to prepare their bids effectively and understand the delivery and invoicing requirements accurately.
    The document refers to solicitation no. 140R2024Q0080 regarding the Nimbus Station Service Replacement project, overseen by the Bureau of Reclamation, California. It initiates an amendment to revise the bid due date and the terms for submitting proposals, emphasizing that acknowledgment of the amendment is necessary for consideration. The scope includes several key components such as six electrical services: a standby engine-generator set, a secondary unit substation, medium voltage metal-clad switchgears, distribution panelboards, and a motor control center. The document outlines regulations for delivery and penalties for delay, stressing compliance with safety and quality standards. Special contract requirements dictate submission protocols for invoices via the electronic payment system. The document serves as a comprehensive request for proposals (RFP), aimed at soliciting bids from small business concerns, adhering to federal procurement regulations while promoting compliance and structured oversight in the supply of critical electrical components. Ensuring timely and efficient project execution is crucial for government operations, making the clarity and precision of this RFP pivotal for interested contractors.
    The document concerns Amendment 03 to Solicitation No. 140R2024Q0080 for the Nimbus Station Service Replacement project, administrated by the Bureau of Reclamation. This amendment modifies the original solicitation by changing the bid closing date to August 2, 2024, and revising the North American Industry Classification System (NAICS) code from 335314 to 221122, as well as updating the Product Service Codes (PSC). It outlines detailed components of work, including the supply of various electrical equipment, such as standby generators, substations, and control centers, required for the project. The amendment further stipulates guidelines for submitting offers, acknowledgment of the amendment, and electronic invoicing through the U.S. Treasury’s Internet Payment Platform. The structure of the document is organized into sections covering solicitation details, pricing schedules, work components, packaging, inspection requirements, and special contract conditions. The overarching purpose of the document is to facilitate the procurement process for federal contractors participating in this public works project, ensuring compliance and clarity in the submission and management of offers and contracts.
    The document is a Request for Proposal (RFP) for the Nimbus Station Service Replacement, issued by the Bureau of Reclamation's Central California Area Office. It encompasses various sections detailing the solicitation process, components of the work to be completed, pricing schedule, delivery requirements, and special contract conditions. Key elements include the provision of electrical equipment such as standby generator sets, substations, and switchgear. The total award duration is set for completion by May 31, 2024, with a focus on timely delivery and adherence to specified materials and safety standards. The solicitation promotes small business participation and outlines the criteria for proposal evaluation. Additionally, it mandates electronic invoicing through the U.S. Treasury's Internet Payment Platform (IPP) to streamline payment processes. This RFP aims to enhance the station's operational capacity while ensuring compliance with federal standards and promoting economic opportunities within small businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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--2300 Volt Switchgear for Hoover Dam
    Active
    Interior, Department Of The
    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.
    62--Nathaniel Washington Powerplant - Luminaire Replacement
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation seeks offers for a construction contract valued between $1 million and $5 million to overhaul lighting, T-beam joints, and general cleaning at the Nathaniel Washington Powerplant, Grand Coulee Dam. The procurement aims to enhance lighting efficiency and maintain structural integrity for specialized construction projects, with a mandatory requirement for bidders to be registered in the System for Acquisition Management (SAM). The solicitation is expected by the end of August 2024.
    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.
    Y--Voya 308690: Replace Power Distribution
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the "Y--Voya 308690: Replace Power Distribution" project at Voyageurs National Park in Minnesota. The project involves replacing an 11.2-mile underwater medium voltage power line, multiple transformer boxes, and installing new switchgear and backup electrical generation systems to enhance emergency support and safety for visitors and staff. This initiative is critical for maintaining operational integrity at Kettle Falls, ensuring continued access to essential services and protecting public safety in the event of power outages. Interested contractors must submit their proposals by October 4, 2024, and can contact Timothy Burger at TimothyBurger@nps.gov or 720-688-9530 for further information. The estimated budget for this project exceeds $10 million.
    Hyrum Dam Spillway Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting bids for the Hyrum Dam Spillway Replacement project located approximately 9 miles southwest of Logan, Utah. The project entails the construction of a new reinforced concrete spillway, removal of the existing spillway, and associated infrastructure improvements, including drainage systems, mechanical features, and roadway realignment, with a performance period from March 2025 to January 2029. This initiative is critical for enhancing the safety and functionality of the Hyrum Dam, ensuring compliance with federal regulations and standards. Interested contractors must submit sealed bids by November 8, 2024, and can contact Lynette Rock at LRock@usbr.gov or 385-228-8535 for further information.
    H--Transformer Fluid Testing for Glen Canyon Power Pl
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for transformer fluid testing services at the Glen Canyon Power Plant. The procurement involves testing approximately 40 transformers filled with natural ester fluid, mineral oil, or silicone liquid annually, requiring contractors to provide test kits and detailed analysis reports that comply with ASTM specifications. This initiative is crucial for maintaining the operational integrity and safety of essential power infrastructure. Interested contractors must submit electronic quotations by September 18, 2024, and provide evidence of ISO 17025:2017 accreditation, along with examples of report formats and an estimated timeline for testing initiation. For further inquiries, contact Jennifer Handy at JHandy@usbr.gov or call 435-522-9925.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.
    RAIDS SURVEILLANCE TRAILER UPGRADE
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for the upgrade of five Reclamation Access, Intrusion Detection, and Surveillance (RAIDS) Securelot Reconview Surveillance Trailers. The project aims to replace outdated equipment with advanced systems, including new Cummins Onan QG 2800 gasoline generators and Victron MultiPlus C inverters/chargers, ensuring compliance with relevant legislation and enhancing surveillance capabilities. This initiative is crucial for maintaining operational efficiency and security standards within the Bureau of Reclamation's surveillance operations. Interested small businesses must submit their proposals by September 10, 2024, and can contact Keith Singleton at ksingleton@usbr.gov or 303-445-2641 for further information.