Solicitation No. 140R3025R0023, issued by the U.S. Department of the Interior, Bureau of Reclamation, seeks proposals for the purchase of a replacement vertical Francis Turbine Runner for Unit A9 at the Hoover Dam Office. The requirement includes a model test, hydraulic design, computational fluids dynamics analysis, hydraulic transient analysis and report, and furnishing a stainless steel vertical Francis turbine runner, nose cone, and appurtenant components. Proposals must include a price schedule for the model test and hydraulic design, and the turbine runner, along with warranted characteristics for weighted efficiency (minimum 94.0%) and horsepower. Offerors must also comply with small business participation requirements and various federal acquisition regulations concerning contract clauses, representations, certifications, and safeguarding information systems. Written questions are due by October 17, 2025, and the delivery of the runner is expected within 1,510 days of the Notice of Award.
The Bureau of Reclamation has released a series of engineering drawings detailing components for a turbine assembly, likely for a federal project or grant. The drawings include specifications for a Foundation Wear Ring, Head Cover Wear Ring, Shift Ring Assembly, Facing Plate Blank, A9 Shaft Coupling Studs (Upper and Lower), A9 Turbine Coupling Bolt, and A9 Coupling Nut. Key specifications across these components include dimensions in inches measured at 68°F, general tolerance of ±.016 (1/64) unless otherwise specified, circular features concentric within .005, and a surface finish of 125 RA. Materials specified include UNS S21800 Nitronic-60 for wear rings and ASTM A193 B7 for coupling studs and bolts, with ASTM A193 Grade 2H and Grade 7 for coupling nuts. Notes consistently address details such as breaking sharp edges, specific material requirements, and the need for final body diameters to be determined after inspection, highlighting precision and adherence to standards.
The document "DI-137 Release of Claims" from the United States Department of the Interior is a standardized form used in federal contracting. Its purpose is to formalize the release of all claims by a contractor against the United States government, its officers, agents, and employees, upon completion of work and prior to final payment. In consideration of the final payment, the contractor acknowledges and discharges all debts, dues, liabilities, obligations, accounts, claims, and demands related to the specified contract. The form includes sections for contractor identification (corporation, partnership, joint venture, or individual) and requires signatures and dating. For corporations, an additional certification section is provided to verify the authority of the signatory. This document is crucial in federal procurement, ensuring a clear legal conclusion to contracts and preventing future disputes after final payment has been rendered.
The government solicitation, number 140R3025R0023, outlines a sole-source procurement for a hydroelectric turbine from GE Verona. The project, with a 1,510-day performance period, is divided into two phases: design, manufacturing, and delivery (717 days), followed by a one-year performance evaluation. This sole-source approach is justified under 41 U.S.C. 3304(a)(1) and FAR 6.302-1, citing GE Verona's unique Advanced Casting Cell (ACC) manufacturing process, which leverages 3D printing for large-scale metal components. This technology was developed through a competitive DOE Funding Opportunity and aligns with Hoover Dam's immediate turbine needs. The partnership is expected to reduce costs by 30% to 40% compared to traditional methods, with pricing to be negotiated by BOR technical experts. A Notice of Intent to sole source was posted, and market research, while not specific, confirmed the price range for similar turbines is $4M to $6M.
The Bureau of Reclamation (BOR) is issuing a Notice of Intent (NOI) to award a sole-source contract to GE Verona Operations LLC for a new Francis hydroelectric turbine for Hoover Dam, Unit A9. This procurement, under Solicitation No. 140R3025R0023, aims to acquire a wide-head turbine capable of operating efficiently at lower Lake Mead elevations to mitigate drought impacts. The comprehensive scope of work includes developing a digital foundry framework, designing guidelines for mold fabrication, automating welding processes, establishing qualification and certification processes, building and testing a scale model, delivering the new runner, and evaluating its performance. The 1,510-day project is divided into two phases: design, manufacturing, and delivery (717 days), followed by GE Verona’s performance evaluation after one year of service. This action is a partnership with the Department of Energy’s Advanced Materials and Manufacturing Technologies Office. The procurement is justified under FAR 6.302-3 for industrial mobilization and research capability. The NAICS code is 333611 (Turbine and Turbine Generator Set Unit Manufacturing), and the Product of Service Code is 6115 (Generator and Generators Sets Electrical). This notice is informational, and responses demonstrating competitive advantage must be submitted by August 22, 2024, at 3:00 PM PST to Virginia Toledo at vtoledo@usbr.gov.
The Bureau of Reclamation, Lower Colorado Region, Regional Office in Boulder City, NV, has issued solicitation number 140R3025R0023, a Request for Proposal (RFP), for the purchase of a turbine runner for Unit A9 at the Hoover Dam Office. This is a rated order under the Defense Priorities and Allocations System. The solicitation includes requirements for a model test and hydraulic design (due December 31, 2027) and a vertical Francis turbine runner (due February 15, 2027), with the product/service code 6115 for generators and generator sets. The document outlines instructions, conditions, and notices to offerors, contract clauses, special contract requirements, and evaluation factors for award. Offers are due by January 9, 2026, at 1700 local time, and will be administered by the Bureau of Reclamation, Yuma Area Office. Virginia Toledo is the point of contact for information.
The U.S. Department of the Interior is seeking proposals for the Hoover Powerplant, Unit A9 Runner Replacement project, solicitation number 140R3025R0023. This project involves the hydraulic design, model testing, and fabrication of a new Vertical Francis Turbine Runner, nose cone, and associated components. Key requirements include CFD analysis, hydraulic transient analysis, and adherence to specific operational characteristics for the turbine and generator. The solicitation details various general requirements, including submittal procedures, quality control plans, safety data sheets, and access to the site. The work is located at the Hoover Powerplant on the Colorado River, near Boulder City, Nevada. The project emphasizes high efficiency across a broad head and load range, with detailed specifications for coordination meetings, construction programming, and record documentation.
The document outlines the requirements for a Small Business Subcontracting Plan, in accordance with FAR 52.219-9, for contractors of the Department of the Interior, Bureau of Reclamation. It details 15 essential elements for the plan, including the type of plan (Individual, Master, or Commercial), specific subcontracting goals for various small business categories (SB, HUBZone SB, SDB, WOSB, VOSB, SDVOSB, ISBEE), and methods for developing these goals and identifying potential subcontracting sources. The plan also mandates inclusion of indirect costs, administration of the subcontracting program, efforts to ensure equitable opportunity for small businesses, and the incorporation of FAR clauses in subcontracts. Furthermore, it requires cooperation in studies, submission of periodic reports (ISR and SSR), maintenance of detailed records to demonstrate compliance, and assurances regarding good faith efforts in subcontracting, timely payments, and non-prohibition of subcontractor discussions with contracting officers.