Opportunity: FOLSOM POWER PLANT HVAC & FIRE ALARM UPGRADES

Description 

This announcement is to small business, 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business and Service-Disabled Veteran-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 238220 and the related small business size standard is $15M. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The estimated cost of this project is between $1,000,000.00 and $5,000,000.00. The work is located at Folsom Dam, City of Folsom, California in Sacramento County. Interested parties should include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone and/or 8(a)), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. All interested parties are encouraged to respond to this notice, by e-mail to jcabral@usbr.gov not later than 1:00 PM PST on 10/15/2018. The information provided in this announcement is all information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. Prospective contractors MUST be actively registered in the System for Award Management (SAM) database at http://www.sam.gov to be eligible for award. PRINCIPAL COMPONENTS OF WORK A. Fire Alarm Systems: 1. Provide new fire alarm system for the following locations: a. Folsom Powerplant. b. Standby Generator Building. c. Cable Tunnel between Folsom Powerplant and Switchyard. d. Switchyard UHA Building. 2. Remove and dispose of existing fire alarm system components at locations where new fire alarm system is installed. B. Stairwell Ventilation Control: 1. Replace ventilation controls for Emergency Exit Stairs, shown in drawing 485-D-2249. 2. Remove and dispose of existing NSCP1 Fan Control Panel. C. HVAC: 1. Remove and replace existing 15-ton water-cooled heat pump with new 20-ton water-cooled heat pump. 2. Remove and replace one (1) 3-ton water cooled computer room cooling with two (2) 5-ton water-cooled computer room cooling units. 3. Refurbish all HVAC system components as described in 23 00 00 Heating, Ventilation and Air-Conditioning (HVAC). D. Fire Doors: 1. Remove and dispose the following: a. One (1) double swinging door, door frame, and associated hardware and features between rooms 204 and 207. b. One (1) single swinging door, door frame, and associated hardware and features between rooms 204 and 205. 2. Furnish and install the following: a. One (1) fire-rated double swinging door, door frame, and associated hardware and features between rooms 204 and 207. b. One (1) fire-rated single swinging door, door frame, and associated hardware and features between rooms 204 and 205. E. Lighting Replacement: 1. Provide new lighting system in identified areas and remove and dispose of existing system components at locations where new system is installed. F. Acoustical Ceilings: 1. Investigate acoustical ceiling system structural supports for compliance with applicable codes and standards. Design, furnish, and install new structural supports as required. Remove and dispose, and/or modify existing structural supports as required. 2. Remove and dispose the following: a. Ceiling panels, suspension systems, and associated features in the following rooms: 1) Floor El. 165.00: a) Toilet Room 301, Janitor Room 302, Control Room 303, Toilet Room 304, CVO Control Room 305, Computer Room 306, Locker Room 307, and Hallway adjacent to Rooms 301, 302, and 307 (no room number). 2) Floor El. 180.00: a) Lobby Room 401, Vestibule Room 402, Men¿s Toilet Room 403, Janitor Room 404, Women¿s Restroom Room 405, Women¿s Toilet Room 406, Breakroom / Kitchen Room 408, Storage Room 409, Communications Room 410, Auditorium Room 411, and Unnamed Area adjacent to Rooms 401, 404, 408, 410, and 411 (no room number). 3. Design, furnish, and install the following: a. Ceiling panels, suspension systems, and associated features in the following rooms: 1) Floor El. 165.00: a) Toilet Room 301, Janitor Room 302, Control Room 303, Toilet Room 304, CVO Control Room 305, Computer Room 306, Locker Room 307, and Hallway adjacent to Rooms 301, 302, and 307 (no room number). 2) Floor El. 180.00: a) Lobby Room 401, Vestibule Room 402, Men¿s Toilet Room 403, Janitor Room 404, Women¿s Restroom Room 405, Women¿s Toilet Room 406, Breakroom/Kitchen Room 408, Storage Room 409, Communications Room 410, Auditorium Room 411, and Unnamed Area adjacent to Rooms 401, 404, 408, 410, and 411 (no room number). G. Painting Walls: 1. Repair and paint walls in the following rooms: a. Floor El. 165.00: 1) Toilet Room 301, Janitor Room 302, Control Room 303, Toilet Room 304, CVO Control Room 305, Computer Room 306, Locker Room 307, and Hallway adjacent to Rooms 301, 302, and 307 (no room number). b. Floor El. 180.00: 1) Lobby Room 401, Vestibule Room 402, Men¿s Toilet Room 403, Janitor Room 404, Women¿s Restroom Room 405, Women¿s Toilet Room 406, Breakroom/Kitchen Room 408, Storage Room 409, Communications Room 410, Auditorium Room 411, and Unnamed Area adjacent to Rooms 401, 404, 408, 410, and 411 (no room number). H. Miscellaneous Electrical and Control Work: 1. Miscellaneous electrical and control work to accommodate system modifications included in this contract. I. Work for identified scope items includes at minimum: 1. Field investigation of systems and drawings. 2. System design and analysis. 3. Demolition. 4. Installation. 5. Furnish equipment and components. 6. System programing. 7. Testing and Commissioning. 8. Training.

Overview 
Reference number: DOIRFBO190001
Issue date: 10/02/2018
Response due: 10/15/2018 05:00 PM US/Eastern

Set Aside: N/A
NAICS: 238220-Plumbing, Heating, and Air-Conditioning Contractors
PSC / FSC: Y1PZ-CONSTRUCTION OF OTHER NON-BUILDING FACILITIES

Agency: DOI

Contracting office:

Bureau of Reclamation
Mid-Pacific Region
Regional Office
Division of Acquisition Services
2800 Cottage Way, Room E-1815
Sacramento, CA 95825-1898


Place of Performance:




Contact: John Cabral
Phone:
Fax:
Email: jcabral@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 

© 2025 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect