Z--Bureau of Reclamation Wide Powertrain IDIQ
ID: 140R4025R0005Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF EPG FACILITIES - HYDRO (Z2MD)
Timeline
    Description

    The U.S. Bureau of Reclamation is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the rehabilitation and replacement of hydroelectric generating units and pumping systems across its five regional offices. This initiative aims to address urgent repairs or replacements due to mechanical and electrical failures of existing hydro infrastructure, which is vital for maintaining reliable power generation and water delivery in the western United States. The scope of work includes assessments, inspections, design modifications, and the manufacturing of new components, with contractors required to manage hazardous materials abatement processes if necessary. Interested parties should contact Brandi Clark at brandiclark@usbr.gov by 10 AM Mountain Time on November 7, 2024, with a maximum contract value of $49 million and a performance period of five years.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Bureau of Reclamation seeks contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the rehabilitation and replacement of hydroelectric generating units and pumping systems across its five regional offices. This initiative aims to address the urgent need for repairs or replacements due to mechanical and electrical failures of existing hydro infrastructure, which is vital for maintaining reliable power generation and water delivery in the western U.S. The scope encompasses various tasks, including assessments, inspections, design modifications, as well as the manufacturing of new components. It may also involve handling hazardous materials like asbestos and heavy metals, with contractors required to manage abatement processes if necessary. Contractors must provide qualified personnel and are responsible for quality control while adhering to safety and training requirements specified by the Bureau. The contract will last for five years, allowing flexibility to respond to urgent maintenance needs. Each task order generated will detail specific requirements, including timelines and quality standards, underscoring the Bureau's commitment to effectively manage its hydropower resources and ensure compliance with environmental regulations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    J--Bureau of Reclamation Wide Crane IDIQ
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking information from interested parties for a Crane Repair/Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum ceiling of $49 million over a five-year period. The contract will involve the rehabilitation and/or replacement of powerplant cranes and components, requiring contractors to manage crane capacities ranging from 5 to 2,000 tons, and to perform tasks such as assessments, inspections, design, manufacturing of components, and hazardous material abatement. This initiative is crucial for maintaining the safety and functionality of Reclamation facilities across 17 states west of the Mississippi River, ensuring compliance with industry standards and safety protocols. Interested vendors should submit their company information and capabilities to Lisa Laughbon at llaughbon@usbr.gov by close of business on November 15, 2024.
    Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking qualified small businesses for a Turbine Runner Cavitation Repair project at the Hungry Horse Dam in Montana. The project involves assessing cavitation damage and executing necessary repairs on four Francis-type hydro-electric turbines that have been operational since 1950, with an estimated budget ranging from $1,000,000 to $5,000,000 for a five-year requirements contract. This initiative is crucial for maintaining the operational efficiency and longevity of the hydro-electric turbines, which play a significant role in energy production. Interested firms, particularly those classified as 8(a), HUBZone, Woman Owned, and Service-Disabled Veteran Owned, are encouraged to submit their capabilities and relevant past performance information to the primary contact, William Roberts, at wroberts@usbr.gov by the specified deadline.
    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.
    M--DOLORES POWERPLANTS OM&R
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the Operation, Maintenance, and Repair (OM&R) services of the Dolores Powerplants, specifically for the McPhee and Towaoc facilities. The procurement aims to ensure the efficient operation and maintenance of these hydroelectric facilities from October 1, 2024, to September 30, 2029, with options for additional years extending through 2029. This initiative is crucial for maintaining the functionality of essential hydroelectric resources, reflecting the government's commitment to sustainable energy solutions. Interested contractors must submit their proposals by November 22, 2024, and can direct inquiries to Ana Fife at afife@usbr.gov or by phone at 801-524-3671.
    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, electrical systems, and modifications for solar power integration, with an estimated cost ranging from $10 million to $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological conservation 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.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified small business firms for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant in Washington. The project involves the complete design and construction of new crane structures, including the removal and disposal of existing cranes, installation of mechanical and electrical components, and ensuring compliance with safety regulations throughout the process. This initiative is part of the government's commitment to modernizing infrastructure and enhancing operational efficiency at critical facilities. Interested parties must submit their responses by email to Contract Specialist Stacey Hall at shall@usbr.gov by close of business on November 4, 2024, with an estimated project value between $10 million and $20 million.
    Y--Construction of Power Line
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified firms to provide construction services for a power line extension project. This initiative aims to deliver electrical service to several pump motors and ancillary services at the Firebreak Canal and Beal Lake, as part of collaborative efforts with the U.S. Fish and Wildlife Service to enhance water management systems within the Havasu National Wildlife Refuge. The project involves approximately 10.5 miles of power line installation, with the government supplying 150 utility poles, and is critical for supporting environmental conservation and infrastructure development in the region. Interested firms must submit their capability statements by 2:00 P.M. Pacific Time on November 4, 2024, to Diane Rodriguez at DLRodriguez@usbr.gov, including the reference number 140R3024R0001 in the subject line.
    Z--Hyrum Dam Spillway Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the U.S. 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 various associated infrastructure improvements, including drainage systems, mechanical features, and roadway realignment. This initiative is crucial for enhancing dam safety and infrastructure resilience, with a performance period spanning from March 2025 to January 2029 and an estimated contract value between $100 million and $200 million. Interested contractors must submit sealed bids by November 8, 2024, and can direct inquiries to Lynette Rock at LRock@usbr.gov or call 385-228-8535.
    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.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Reclamation, is seeking bids for the replacement of Generator Step-Up (GSU) transformers at three power plants as part of the Trinity River Division in 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. This initiative is crucial for modernizing the electrical infrastructure and maintaining uninterrupted power generation during the replacement process. The estimated contract value ranges from $35 million to $50 million, with proposals due by January 31, 2025. Interested bidders can contact Matthew Thomas at mthomas@usbr.gov or call 916-978-5117 for further information.