43--REPLACEMENT OF VERTICAL TURBINE PUMP
ID: 140R1724Q0074Type: Solicitation
Overview

Buyer

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

NAICS

Fluid Power Pump and Motor Manufacturing (333996)

PSC

POWER AND HAND PUMPS (4320)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for the replacement of a Vertical Turbine Pump system at the Right Powerhouse in Grand Coulee, Washington. The procurement includes a complete pump system comprising the pump, motor, column, discharge head, controls, and necessary components, all adhering to stringent specifications such as a minimum flow capacity of 5,000 gallons per minute and operational efficiency of at least 80%. This initiative is crucial for maintaining essential water removal operations, ensuring the reliability of infrastructure in the region. Interested small businesses must submit their proposals by September 9, 2024, and can direct inquiries to Donald Richer at dricher@usbr.gov.

    Point(s) of Contact
    Richer, Donald
    dricher@usbr.gov
    Files
    Title
    Posted
    The Bureau of Reclamation requires the procurement of a Vertical Turbine Pump system for water removal from the Right Powerhouse. The contractor must supply a complete pump system, including the pump, motor, column, discharge head, and controls, adhering to specified design documents and operational requirements. Key specifications include an 18-inch inlet flange, 16-inch discharge flange, and a minimum design capacity of 5,000 gallons per minute at varying heads. The pump must be efficient, with a minimum performance threshold of 80%. The contractor is responsible for ensuring operational stability, with limits on excessive vibration per Hydraulic Institute standards. Delivery is required within 14-18 weeks to a defined location in Grand Coulee, Washington. Warranty terms include a one-year period for repairs or replacements of faulty parts. Additionally, the document specifies that vendors must outline methods for adjusting system components to accommodate any discrepancies discovered during installation. This initiative reflects the federal government's ongoing commitment to maintaining essential infrastructure through precise procurement processes.
    The document details an amendment to solicitation number 140R1724Q0074, issued by the Bureau of Reclamation for a project based in Grand Coulee, Washington. The amendment extends the deadline for offers from September 4, 2024, to September 6, 2024, at 5 PM Eastern Time, and provides responses to contractor inquiries regarding project specifications. Key clarifications include the definition of the inlet flange, which connects the Unwatering sump to the impeller bowl, and additional drawings available upon request. The purpose of this amendment is to ensure contractors accurately acknowledge receipt before the revised deadline to avoid potential rejections of their offers. The document emphasizes the importance of submitting amendments properly, including all necessary details to maintain compliance with federal procurement standards. Overall, this amendment seeks to provide essential information for contractors while fostering clarity and adherence to submission guidelines.
    The document is an amendment to solicitation number 140R1724Q0074 issued by the Bureau of Reclamation's Pacific Northwest Region, modifying a prior request for proposals (RFP). The amendment aims to revise specifications, provide answers to contractor inquiries, and extend the proposal submission deadline from September 6, 2024, to September 9, 2024. Key contractor questions addressed include details about pump specifications, safety systems, and equipment requirements, emphasizing the need for both the pump and motor in the upcoming procurement. The document underscores the importance of acknowledging receipt of the amendment to avoid offer rejection. Contractors are also advised to submit any further inquiries by a specified date. This amendment reflects the government’s ongoing efforts to clarify RFP requirements and ensure compliance with updated project specifications, highlighting the procedural rigor inherent in federal procurement processes. The overall aim is to facilitate a smoother bidding process and enhance project outcomes through clear communication and defined expectations.
    The Bureau of Reclamation has issued a Request for Proposal (RFP) for the procurement of a Vertical Turbine Pump system essential for water removal at the Right Powerhouse in Grand Coulee, Washington. The RFP outlines a complete system that includes the pump, motor, column, discharge head, controls, and necessary components, following specified design dimensions and performance requirements. A critical aspect includes a warranty covering repair or replacement for one year post-delivery. The pump must meet stringent specifications, including a minimum flow capacity of 5,000 GPM at 83 feet, operational efficiency of at least 80%, and specific dimensional constraints necessary for installation. Delivery is requested within 14-18 weeks of the award notification, with further details regarding government-furnished property and proposal submission processes included. The document incorporates requirements for small business participation and includes various FAR clauses emphasizing compliance with laws and ethical standards. Overall, this RFP reflects the government’s commitment to maintaining essential infrastructure through careful vendor selection in accordance with federal guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project entails extensive work including the replacement of pumps, motors, and controls, as well as the installation of new piping, valves, and structural components such as ladders and platforms. This rehabilitation is crucial for maintaining the operational efficiency and safety of the dam's pumping systems. The estimated contract value ranges between $5 million and $10 million, with a Request for Proposal (RFP) to be issued using the Best Value Trade-off method. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further information.
    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.
    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.
    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.
    WA-SPRING CRK NFH-DE-WATERING & EFFLUENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a federal contract to service and install pumps at the Spring Creek National Fish Hatchery in Washington State. The procurement involves servicing a 30 HP de-watering pump and installing a new 7.5 HP effluent pump, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is particularly significant as it supports the maintenance of vital hatchery services, which are crucial for the management of fishery resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with the contract performance period running from September 23, 2024, to November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    John Day Dam Generator Water Cooling System Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the rehabilitation of the Generator Water Cooling System at the John Day Dam located in Rufus, Oregon. The project entails replacing generator air coolers, header and drain piping, and installing modulating valves and associated controls across 16 generator units to mitigate water infiltration issues that have led to generator failures. This initiative is critical for maintaining the operational efficiency of one of the largest hydroelectric facilities in the United States, with an estimated project cost between $5 million and $10 million. Interested small businesses must submit their proposals by October 11, 2024, and are encouraged to attend a site visit scheduled for September 25, 2024. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Andrea Smothers at andrea.k.smothers@usace.army.mil.
    DWA TGB Pumps and Heat Exchangers
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to supply pumps and heat exchangers for the Dworshak Project located in Ahsahka, Idaho. The procurement includes the delivery of three heat exchangers for main units 1 and 2, two for unit 3, along with various pumps, all of which must meet specified performance and construction standards without modifications. This equipment is crucial for the operational effectiveness of federal projects, ensuring reliable performance in dam operations. Interested bidders must submit their proposals by the new deadline of October 9, 2024, at 1 PM, and should contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further inquiries.
    CA-COLUSA NWR-LIFT PUMPS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting quotations for the repair and service of two water delivery pumps at the Colusa National Wildlife Refuge. The project involves rewinding and reconditioning a non-operable 40hp electric motor for the Main Lift Pump and replacing the motor of the Hwy 20 Lift Pump, while also addressing platform damage caused by flooding. This procurement is crucial for maintaining the infrastructure necessary for effective water management in the refuge, and it is designated as a Total Small Business Set Aside, emphasizing the government's commitment to supporting small businesses. Interested vendors must submit their quotations by the specified deadlines and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.