Opportunity: Request for Information Hydropower Plant Emergency Repair IDIQ

Description 

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. A solicitation is not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government. The Bureau of Reclamation (Reclamation) is a water management agency under the Department of Interior (DOI) with 600 dams and 53 hydroelectric facilities in the 17 western states and organized into five regions; Mid-Pacific (MP), Great Plains (GP), Lower Colorado (LC), Upper Colorado (UC), and Pacific Northwest (PN). Reclamation¿s hydropower infrastructure includes 176 hydro units (turbines and pump-turbines) and 6 large pumps ranging from unit capacity of 350 Kilowatts to 805 Megawatts and pumps up to 50 Megawatts. Approximately 50-percent of the units fall between 1-50 Megawatts. Reclamation's Power Resources Office has identified a need for expedited repair or replacement of major mechanical and electrical equipment in our hydroelectric facilities following failures of generation or pumping equipment. This is critical to Reclamation¿s mission to support the water and power needs of its customers and strengthen the western electric grid reliability. Reclamation is developing an IDIQ (Indefinite Delivery/Indefinite Quantity) Contract to be used by each Region for supplies and services for the emergency rehabilitation and/or replacement of generation and pumping equipment at Reclamation facilities. This contract will provide expedited response capability for non-routine maintenance and emergency corrective maintenance. This contract may also be used to perform non-routine deferred maintenance and assessments at Reclamation hydroelectric and irrigation facilities. SCOPE OF WORK Individual regions, area offices, field offices will create Task Orders for their required scope of work. The Task Orders will include all pertinent data and information, including, but not limited to, service and product requirements/standards, design parameters, required schedule, site conditions, and quality control requirements. Potential equipment and systems which may be included in the scope of work includes, but is not limited to, turbines, generators, pumps, motors, governors, auxiliary systems, cranes, electrical distribution, exciters, transformers, circuit breakers, controls, and protection. The scope of work may include, but is not limited to, assessments, inspections, analysis, design, documentation, as-found and as-built drawings, unit disassembly and reassembly, onsite machining, manufacturing and fabrication of new components, refurbishment and rehabilitation of existing components, testing, and commissioning. The scope of work may require both on-site and off-site tasks. Some services may require response and completion within 30 days of task order award. Contract performance may require providing all equipment, tools, and parts necessary for the above services. Contract performance may require any of the following professional services including, but not limited to, task managers, contract manager, schedulers, work site supervisors, technicians, equipment operators, electricians, mechanics, laborers, millwrights, clerical, as well as engineering technical support. Contract performance may require execution of multiple and simultaneous task order requirements at various locations. QUESTIONS Below are questions that will help Reclamation define the scope of the contract. Please provide answers on your processes, company requirements or limitations as applicable. Any additional information would be appreciated. (1) Some equipment may have hazardous materials such as asbestos or heavy metals. Reclamation prefers to have the contractor complete the abatement services through an optional task order requirement. a. If hazardous material is part of the Task Order, will your company submit a proposal; would the hazardous material abatement be included or excluded? b. Do you sub-contract this work out? c. Are there hazardous materials that would cause you to not submit a proposal? d. Does having the hazardous material as an option to a Task Order that can be excluded from your proposal within the IDIQ contract, create any reason that your company will not submit a proposal to be a qualified contractor? (2) Where are is the locations of potential manufacturing or rehabilitation facilities that would complete work if off-site equipment repair/rehabilitation is required? (3) In the event of an emergency please explain how your company would react to expedite the repair and/or reduce the outage? (4) What capabilities (engineering, site crews, machine/repair shops, tooling, etc.) does your company have in regards to the scope of work? VENDOR INFORMATION When responding to the RFI, please also provide: -Company information -Contact information -DUNS number -Information demonstrating capabilities and experience in performing work on the areas listed in the scope of work. RESPONSE All information submitted in response to this announcement is voluntary. All responses to this RFI must be submitted via e-mail to Lisa Hilton, Contracting Officer, at lhilton@usbr.gov. Responses are due by February 25, 2019. This request for information is issued solely for information and planning purposes and does not constitute a solicitation. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this request for information will not be returned and electronic submission is preferred. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government or form a binding contract.

Overview 
Reference number: DOIRFBO190011
Issue date: 02/08/2019
Response due: 02/25/2019 07:00 PM US/Eastern

Set Aside: N/A
NAICS: 237130-Power and Communication Line and Related Structures Construction
PSC / FSC: Y1MD-CONSTRUCTION OF EPG FACILITIES - HYDRO

Agency: DOI

Contracting office:

Bureau of Reclamation
Upper Colorado Region
Regional Office
125 South State Street, Room 8100
Salt Lake City, UT 84138


Place of Performance:




Contact: Lisa Hilton
Phone:
Fax:
Email: LHilton@usbr.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2024 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect