MOLDED CASE CIRCUIT BREAKERS
ID: 140R1725Q0028Type: Solicitation
Overview

Buyer

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

NAICS

Switchgear and Switchboard Apparatus Manufacturing (335313)

PSC

CIRCUIT BREAKERS (5925)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation's Grand Coulee Power Office, is soliciting proposals for the procurement of molded case circuit breakers to replace aging units at the Grand Coulee Dam. The procurement focuses on acquiring Eaton/Cutler Hammer or equivalent products that meet specific electrical ratings and compatibility requirements, as the existing circuit breakers have been in service for over 36 years. This initiative is crucial for maintaining the integrity of the dam's infrastructure and ensuring compliance with federal regulations, including the Buy American provisions. Interested small businesses are encouraged to submit their proposals in accordance with the guidelines outlined in solicitation number 140R1725Q0028, and may contact Terry Mest at tmest@usbr.gov or by phone at 509-633-9327 for further information.

    Point(s) of Contact
    Mest, Terry
    (509) 633-9327
    (509) 633-9175
    tmest@usbr.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Bureau of Reclamation's Grand Coulee Acquisition Group for the procurement of molded case circuit breakers. The primary objective is to replace aging circuit breakers at the Grand Coulee Dam, which exceed 36 years of service. The required specifications include the purchase of Eaton/Cutler Hammer or equivalent products, categorized by various models and specified electrical ratings (such as voltage and current). The breakers must meet specific size and interrupting capacity requirements to ensure compatibility with existing installations. Key topics include the solicitation number (140R1725Q0028), the method of solicitation, and guidelines for submitting offers, including the necessity for warranty documentation. The document also details clauses pertaining to the contracting terms aligned with Federal Acquisition Regulations, including small business utilization and performance evaluation processes. It emphasizes the importance of compliance with the Buy American provisions and outlines the required documentation for invoicing through the U.S. Department of the Treasury's Invoice Processing Platform. This RFP illustrates governmental efforts to maintain infrastructure integrity while aligning with federal regulations pertaining to acquisitions and small business support.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--Town of Coulee Dam Underground Feeders 1, 3, and 4
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is seeking potential contractors for the replacement of underground electrical feeders in the Town of Coulee Dam, Washington, as part of the Columbia Basin Project. The project involves the installation of approximately 16,700 linear feet of new underground feeders, including rock excavation, road restoration, and the installation of safety equipment, with a performance period expected from August to December 2025. This initiative is crucial for enhancing local infrastructure and ensuring a reliable power supply to the community while adhering to safety standards. Interested contractors must respond by February 28, 2025, and direct all inquiries to Bernard O'Brien at bobrien@usbr.gov, with the estimated project cost exceeding $10 million.
    C--Exterior Stairway Replacement, Grand Coulee Dam Left Powerplant, Columbia Basin
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the Exterior Stairway Replacement project at the Left Powerplant of Grand Coulee Dam in Washington. This project involves the demolition of existing stairways and the installation of two new stairways, along with necessary electrical systems and fire-rated doors, to enhance safety and functionality at the facility. The work is crucial for maintaining operational integrity and public safety, with an estimated contract value between $1 million and $5 million and a performance period expected from October 2025 to April 2026. Interested contractors must respond by February 28, 2025, and can direct inquiries to Syndy Garcia at sfgarcia@usbr.gov or by phone at 208-378-6553.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    54--Ringlock Scaffolding
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the procurement of Ringlock scaffolding and related components for projects at the Grand Coulee Power Office. The procurement includes essential items such as system swivel jacks, rosettes, ledgers, steel planks, and access ladders, all of which must meet specific design and material requirements, including being hot dipped galvanized. This initiative is crucial for enhancing safety and efficiency in scaffolding usage, ensuring compliance with federal standards, and promoting participation from small businesses. Interested vendors can contact Terry Mest at tmest@usbr.gov or by phone at 509-633-9327 for further details regarding the solicitation, which is set aside for small businesses.
    Z--CERC A3 Single Phase Electrical Panel Upgrade
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the upgrade of the electrical panel at the Columbia Environmental Research Center (CERC) A3 Administration Building. The project involves replacing the existing 1200-amp disconnect with a new 600-volt 1200-amp distribution panel, ensuring compliance with national and local electrical codes while accommodating current and future electrical loads. This upgrade is critical for supporting ongoing research activities at CERC and must be completed within 14 days of the Notice to Proceed, with minimal disruption to operations. Interested small businesses are encouraged to contact Kimberly Schneider at krschneider@usgs.gov for further details, as this is a total small business set-aside opportunity.
    Turbine and Generator Hydroelectric IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the manufacturing and rehabilitation of hydroelectric turbine and generator components. The procurement aims to address the repair, remanufacture, and machining of various hydro power plant components, including turbines, generators, valves, and other essential equipment at facilities such as Hoover Dam, Davis Dam, and Parker Dam. This initiative is critical for maintaining the operational efficiency and safety of hydroelectric power generation, with an anticipated contract value exceeding $10 million over a five-year ordering period. Interested parties must submit their capability statements by 5:00 PM Eastern Time on February 28, 2025, to Maxwell Watanga at mwatanga@usbr.gov, referencing the solicitation number DOIRFBO250010.
    Lock and Dam #2 Replacement of Lift Station Control Panel
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of the lift station control panel at Lock and Dam No. 2 in Hastings, Minnesota. The project requires the installation of a new weather-tight, NEMA 4X rated stainless steel enclosure, along with a humidity control system, ensuring operational reliability and compliance with specified functional requirements such as alarm systems and electrical safety features. This procurement is critical for maintaining the operational integrity of the lift station, which plays a vital role in water management and infrastructure. Interested contractors must submit their quotes by March 21, 2025, and are encouraged to acknowledge the amendment to the solicitation for proposal acceptance. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    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.
    59--CIRCUIT BREAKER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of circuit breakers, as outlined in a Combined Synopsis/Solicitation notice. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the government's commitment to supporting veteran-owned enterprises. Circuit breakers are critical components in electrical systems, ensuring safety and reliability in various military applications. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS portal. The solicitation encourages timely submissions to facilitate the procurement process.
    LGA Babbitted Bearing Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the refurbishment of fish pump journal bearings at the Little Goose Lock and Dam in Dayton, Washington. Contractors will be required to re-babbitt and re-surface eight journal bearing halves and two thrust collars, adhering to specified dimensions, tolerances, and surface finishes, along with a mandatory one-year warranty on workmanship. This procurement is vital for maintaining infrastructure that supports salmon survival in the Columbia River Basin, ensuring the operational efficiency of critical water management systems. Proposals are due by March 7, 2025, and interested parties must register with the System for Award Management (SAM) and submit inquiries through the Bidder Inquiry website; for further information, contact Keree Graves at keree.graves@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil.