Search Contract Opportunities

Butterfly Valve Replacement - Blue Mesa Powerplant   4

ID: 140R4023R0014 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

PRESOLICITATION SYNOPSIS NOTICE
PURPOSE: The U.S. Bureau of Reclamation, Upper Colorado Basin, is seeking a Contractor to furnish the labor, materials, and equipment for the replacement of two 156-inch diameter butterfly valves and rehabilitation of two 84-inch diameter ring follower gates (RFG) within the Blue Mesa powerhouse, located at the Blue Mesa Powerplant approximately 30 miles east of Montrose, Colorado in Gunnison County. This requirement is being procured in accordance with Part 15 and Part 36 of the Federal Acquisition Regulations. The Bureau of Reclamation intends to issue a competitive solicitation for this requirement and make an award to the firm that represents the best value to the Government.
PROJECT DESCRIPTION: The principal components of the work are listed below:
a) Removal and disposal of existing 156-inch diameter butterfly valves, hydraulic operating system, actuators, bypass piping and valves, electrical equipment, concrete pedestals, and appurtenances.
b) Cutting existing steel penstocks and welding of new pipe spools for connection to new stainless-steel bypass piping and valves. This work includes coating/lining removal and coating/lining re-application.
c) Supply and design of two reinforced concrete pedestals or re-use of existing reinforced concrete pedestals to adequately support and anchor turbine shutoff valves (TSVs) against normal operating loads, vibration, and earthquake.
d) Supply and design of one 149-inch diameter ellipsoidal dished head.
e) Supply, design, installation, and testing of two 156-inch diameter TSVs, actuators, pipe spools, and appurtenant equipment.
f) Design, fabricate, and install two bypass line access platforms. Bypass line access platform to include ladder, platform, and guardrail.
g) Supply, design, installation, and testing of one hydraulic operating system capable of operating two 156-inch diameter TSVs, actuators, and appurtenant equipment.
h) Supply and installation of one 16-inch diameter stainless bypass piping and valves. This work includes cutting into existing steel penstocks and welding of new pipe spools for connection to new stainless-steel bypass piping and valves. An alternative bypass design may be submitted subject to government approval.
i) Removal and rehabilitation of RFG hydraulic cylinders, leaf bulkheads, and leaf followers. This work includes coating/lining removal and re-application.
j) Rehabilitation of concrete embedded portion of RFG. This work includes coating/lining removal and re-application.
k) Removal and replacement of leaking components within the RFG and hydraulic power unit (HPU). This work includes coating application.
l) Installation and testing of rehabilitated RFG hydraulic cylinders, leaf bulkheads, and leaf followers.
m) Design and supply a minimum of one blind flange cover to be used in place of the RFG upper bonnet cover.
n) Provide dewatering facilities as required to collect/divert fixed wheel gate water leakage.
o) Contractor responsible for draining and filling hydraulic oil. (Government will dispose of oil.)
p) Commissioning and startup.
q) Perform testing of existing butterfly valves to determine flow coefficient (Cv). Cv testing to be witnessed by Government.
Note: Outages to perform work is dependent on hydrology, water, and power demands and will require a significant amount of advanced planning to determine maximum allowable outage time. Hydrologic, water, and power constraints may delay removal and installation of existing equipment for up to four (4) years.
NAICS AND SIZE STANDARD: The NAICS code for this project is 237990, Other Heavy and Civil Engineering Construction, with a small business size standard of $45 million.
COMPETITION: Solicitation 140R4023R0014 will be conducted as a full and open competition. The Government reserves the right to award with or without discussions.
One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
DISCLOSURE OF THE MAGNITUDE OF THE CONSTRUCTION PROJECT: The magnitude of this project is more than 10,000,000.
SOLICITATION RELEASE DATE: The release date for the final solicitation 140R4023R0014 is anticipated to be in June 2023. Interested parties are encouraged to monitor this announcement for updates and the release of the solicitation documents. The solicitation documents for this procurement will be accessible via https://sam.gov/ . It is, and will continue to be, all potential offeror's responsibility to monitor the sam.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be providing any other methods of information dissemination.
SYSTEM FOR AWARD MANAGEMENT (SAM, www.sam.gov): The System for Award Management (SAM) is a Federal Government owned-and-operated FREE web site that consolidates the capabilities in Central Contractor Registration (CCR)/Federal Register (FedReg), Online Representations and Certifications Application (ORCA), and Excluded Parties List System (EPLS). Offerors must be successfully registered in SAM in order to be considered for a Government contract award.
SITE VISIT: The Government intends to conduct a site visit for interested vendors. Information regarding the site visit will be included in the solicitation.
POINT-OF-CONTACT FOR QUESTIONS: The contract specialist for this solicitation is Brandi Clark, email: brandiclark@usbr.gov. Any communications regarding this procurement must be made in writing and forwarded via email and must identify the solicitation number, company name, address, email address, phone number including area code, and point of contact.
NOTE: THIS IS NOT A REQUEST FOR PROPOSAL (SOLICITATION), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses to this Notice will not be considered as proposals or quotes. No award will be made as a result of this Notice. The Government will NOT be responsible for any costs incurred by interested parties in responding to this Notice. This Sam.gov Notice is strictly for compliance with FAR Subpart 5.2. As a result of this Notice, the Government may issue a competitive solicitation; however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to the Notice (e.g. use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement).

Overview

Response Deadline
June 16, 2023, 7:00 p.m. EDT Past Due
Posted
May 18, 2023, 5:56 p.m. EDT
Set Aside
None
Place of Performance
Blue Mesa Powerplant, CO USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
85%
On 5/18/23 USBR Upper Colorado Basin Region, Salt Lake City, UT issued Presolicitation 140R4023R0014 for Butterfly Valve Replacement - Blue Mesa Powerplant due 6/16/23. The opportunity was issued full & open with NAICS 237990 and PSC N048.
Primary Contact
Name
Clark, Brandi   Profile
Phone
(801) 524-3742

Documents

Posted documents for Presolicitation 140R4023R0014

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation 140R4023R0014

Award Notifications

Agency published notification of awards for Presolicitation 140R4023R0014

Contract Awards

Prime contracts awarded through Presolicitation 140R4023R0014

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 140R4023R0014

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 140R4023R0014

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > BUREAU OF RECLAMATION > UPPER COLORADO REGIONAL OFFICE
FPDS Organization Code
1425-00040
Source Organization Code
100163591
Last Updated
Oct. 1, 2024
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
Sept. 30, 2024