Phillips 66 Turbine Oil 68 and Shell Omala S1 W 46
ID: 140R3024Q0099Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Petroleum Lubricating Oil and Grease Manufacturing (324191)

PSC

FUEL OILS (9140)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes for the procurement of Phillips 66 Turbine Oil 68 and Shell Omala S1 W 460 for use at the Hoover Dam. The requirement includes 3,301 gallons of Phillips 66 Turbine Oil and 220 gallons of Shell Omala S1 W 460, with delivery options available via bulk tanker trucks or drums, adhering to strict quality and compatibility standards. These lubricating oils are critical for the efficient operation of hydro-power equipment, ensuring reliability and minimizing maintenance needs. Interested suppliers must submit their quotes by September 19, 2024, with the anticipated award date set for September 20, 2024, and delivery expected by October 4, 2024. For inquiries, contact Noah Maye at nmaye@usbr.gov or Luis Gallardo at lgallardo@usbr.gov.

    Point(s) of Contact
    Maye, Noah
    (702) 293-8095
    70229384990000
    nmaye@usbr.gov
    Files
    Title
    Posted
    The document is a determination to solicit from a single source for a brand-name requirement related to the supply of oils for the Hoover Dam's hydro-power equipment, specifically focusing on Shell Omala S1 W 460 oil. The Bureau of Reclamation intends to procure this oil due to its proprietary formulation, compatibility with existing equipment, and strict adherence to operational standards outlined in their Facilities Instruction Manual. The justification emphasizes that only Shell Omala S1 W 460 can meet specific performance criteria necessary for the lubrication of crucial machinery, thus avoiding contamination from mixing incompatible oils. The requirement is part of a strategy to maintain equipment reliability and minimize costs by consolidating oil usage across various operations. The estimated cost and delivery specifics are noted to ensure compliance with operational protocols at Hoover Dam. The document highlights the importance of sourcing oils that meet stringent standards to protect against potential equipment damage and ensure efficient operation.
    The document outlines a determination to solicit from a single source for the procurement of Phillips 66 Turbine Oil 68 for use in the hydro-power equipment at Hoover Dam. Based on Federal Acquisition Regulation (FAR) guidelines, the Bureau of Reclamation justifies this brand-name requirement due to the incompatibility of different oils and the potential contamination of existing lubrication systems. The document details the necessity for 2,000 gallons of oil for maintenance purposes while adhering to safety and compatibility standards outlined in the facilities' manual. The narrative emphasizes that Hoover Dam's equipment relies on specific oil properties to ensure efficient operation and that switching oils could lead to extensive system cleansing, necessitating a much larger volume of new oil. The justification is anchored in long-standing practices endorsed by engineers and managers to preserve equipment functionality and compliance with established lubrication protocols. Overall, this procurement aims to uphold operational integrity and avoid unnecessary contamination while supporting ongoing maintenance needs.
    The statement of work (SOW) for Hoover Dam outlines specifications for the procurement and delivery of essential lubricating oils used in hydro-power equipment. The contractor is responsible for providing specified oils, including Phillips 66 Turbine Oil 68 and Shell Omala S1 W 460, adhering to precise quality and compatibility standards. The delivery process includes coordination with government personnel, usage of appropriate equipment, and compliance with safety protocols, including the completion of Job Hazard Analysis (JHA) and Special Work Permit (SWP). Key delivery requirements include using clean vehicles, appropriate spill containment procedures, and proper waste management plans for any oil spills or leaks. Additionally, the contractor must ensure all work complies with Reclamation Safety and Health Standards and local security regulations. The anticipated delivery period is by October 4, and all work must be conducted during specified hours. The document serves to facilitate the contracting process with clear guidelines for oil supply logistics at Hoover Dam.
    The document details the specifications, applications, and benefits of ConocoPhillips’ Turbine Oil, a high-quality circulating oil designed for industrial use in steam turbines, compressors, and other machinery. It highlights the oil's exceptional rust and oxidation inhibition properties, extreme thermal stability, and effective protection against sludge and varnish formation. The product is tailored for various equipment, such as direct-drive steam turbines and air compressors, while meeting numerous industry and OEM standards, including those from ABB, ASTM, and U.S. Military specifications. Key advantages of Turbine Oil include long service life, excellent water-separating properties, and low foam formation, making it suitable for a variety of industrial applications. The document also provides detailed technical specifications, such as viscosity, flash point, and density, affirming the product’s high performance and quality assurance. This technical overview is relevant to government RFPs, federal grants, and state/local RFPs, as it outlines a commercially significant product that may be incorporated into projects requiring high-performing lubricants and is essential for applications demanding compliance with rigorous industry standards.
    The document provides a technical data sheet for Shell Omala S1 W 460, a high viscosity mineral oil designed for the lubrication of low-speed enclosed gears and worm drive applications. It emphasizes the oil's reliability in performance, extending oil life through low volatility and resistance to deposit formation, which subsequently reduces maintenance needs. Key applications include enclosed industrial worm gear systems and steam cylinder lubrication under high temperature and pressure conditions. Specific performance metrics, such as viscosity and density, are listed, alongside health and safety guidance urging proper handling to mitigate skin contact and environmental protection measures for used oil disposal. The content targets entities interested in industrial lubricant specifications, playing a role in responding to government RFPs or grants requiring detailed product information for procurement purposes.
    The document outlines a Request for Proposal (RFP) issued by the Bureau of Reclamation for the supply of specific fuel oils, namely Phillips 66 Turbine Oil 68 and Shell Omala S1 W 460, for use at the Hoover Dam. The proposal requires bidders to provide 3,301 gallons of Turbine Oil and 220 gallons of Shell Omala, with delivery options including bulk tanker trucks or drums. The performance period for this contract is set from September 20, 2024, to October 4, 2024. Interested suppliers must submit their quotes via email to designated government representatives, Noah Maye and Luis Gallardo. The solicitation falls under the federal procurement structure, indicating a competitive bid process for government contracts, and emphasizes the requirement for brand-name products. The document includes administrative details such as payment methods, solicitation codes, and contact information, showcasing standard bureaucratic procedures associated with government RFPs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    UCM HOOVER HARDWARE - SCHNEIDER ELECTRIC BRAND
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking qualified small businesses to provide Schneider Electric hardware components for the Hoover Dam's control system upgrade. This procurement involves replacing five programmable logic controllers (PLCs) as part of a transition from the Quantum system to the M580 system, which is essential for maintaining operational efficiency and compatibility with the existing Supervisory Control and Data Acquisition (SCADA) system. The selected contractor must deliver the required hardware within 60 calendar days post-award, ensuring minimal disruption to operations and reducing costs associated with reprogramming and integration. Interested vendors must submit their price quotes, technical capabilities, and delivery dates by September 20, 2024, and can direct inquiries to Jessie Conden at jconden@usbr.gov or by phone at 702-293-8128.
    91--Delivery Renewable Diesel and Unleaded Gas
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors for the purchase and delivery of unleaded gasoline and renewable diesel (RD99) fuel to the Lake Berryessa Field Office in Napa, California. The contract will cover a base period and four option years, commencing on November 1, 2024, and concluding on October 31, 2029, with annual delivery requirements of approximately 12,500 gallons of unleaded gasoline and 2,000 gallons of renewable diesel. This procurement is essential for maintaining operational efficiency and compliance with environmental regulations, particularly in light of recent shifts towards renewable fuel sources. Interested small businesses must submit their quotes electronically by September 23, 2024, at 3:00 PM PDT, and can direct inquiries to Sherry Heibeck at SHeibeck@usbr.gov or by phone at 916-978-6188.
    43--Canyon Ferry Air Compressor Heat Exchanger Con
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, intends to award a sole source contract for the purchase and installation of Sullair air compressor heat exchanger conversion kits at the Canyon Ferry Power Plant in Helena, MT. The procurement includes the conversion of two Sullair compressors from water-cooled to air-cooled systems, along with necessary software reprogramming, recommissioning, and on-site training for power plant staff. This project is critical for enhancing the operational efficiency of the compressors, ensuring they meet updated performance standards. Interested parties who believe they can fulfill these requirements are invited to submit their qualifications by September 20th, 2024, at 3:00 PM Mountain Standard Time, with inquiries directed to Michelle Romine at mromine@usbr.gov.
    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.
    Waste Transport and Disposal at Parker Dam
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for waste transport and disposal services at Parker Dam, California, through a noncompetitive Sole Source Solicitation. The contract requires the provision of a 6 cubic yard dumpster with weekly pickups and a 40 cubic yard roll-off dumpster for semiannual use, spanning from October 1, 2024, to September 30, 2029. This procurement is crucial for maintaining operational efficiency and compliance with waste management standards at the facility. Interested parties must submit their quotes electronically by September 19, 2024, at 3:00 PM local time, to the designated contacts, Noah Maye and Luis Gallardo, via email.
    DLA Energy Bulk Petroleum FMS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking suppliers for the procurement of bulk petroleum under the Foreign Military Sales (FMS) program. This opportunity encompasses a base year and three option years, with estimated requirements including 56 million gallons of Turbine Fuel (Aviation, JP8) and 28 million gallons of Diesel Fuel Oil (EN590) for the base year, with varying quantities for subsequent years. The procurement is critical for maintaining military fuel supplies and is subject to full and open competition, contingent upon available funding and compliance with relevant specifications and the Trade Agreement Act of 1979. Interested parties can direct inquiries to Vincent Joyner at vincent.joyner@dla.mil or Shannon Coleman at shannon.coleman@dla.mil, with the solicitation details available on SAM.gov.
    Sources Sought for the Hydraulic Motor Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the maintenance and overhaul of the Hydraulic Motor Pump Fuel, identified by NSN 1650-01-119-7429 and associated part numbers. This procurement aims to establish a five-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with an estimated quantity range of 25 to 409 units, including both domestic and Foreign Military Sales (FMS) requirements. The Hydraulic Motor Pump is crucial for aircraft hydraulic systems, and the overhaul must comply with government specifications as outlined in Depot Maintenance Requirement DMWR55-1650-398. Interested parties are encouraged to submit their capabilities and business information to Contract Specialist Johnnie L. Wright via email by September 25, 2024, to be considered for this opportunity.
    B-52 Hydraulic Motor
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the sole-source procurement of hydraulic motors specifically designed for the B-52 aircraft. This opportunity involves a firm-fixed-price contract for a minimum of five and a maximum of thirty hydraulic motors, with detailed specifications for delivery and quality standards outlined in the Request for Proposal (RFP) issued on September 10, 2024. The procurement is critical for maintaining the operational capabilities of the B-52 fleet, and the selected contractor will be required to adhere to various compliance and inspection standards. Interested parties must submit their proposals by October 10, 2024, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.
    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.
    43--RESERVOIR,HYDRAULIC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of hydraulic reservoirs. The procurement involves the repair, testing, and inspection of hydraulic reservoirs to ensure they meet operational standards, with a required turnaround time of 110 days after receipt of the asset. These hydraulic reservoirs are critical components used in various military applications, necessitating adherence to strict quality and repair standards. Interested contractors should contact Kathryn Hull at 215-697-6646 or via email at KATHRYN.HULL@NAVY.MIL for further details, with proposals expected to comply with the outlined requirements and timelines.