This is a sources sought synopsis for acquisition planning purposes only. No formal solicitation for this work exists at this time. This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. The responses to this sources sought will be used as market research to determine the Bureau of Reclamation's overall procurement strategy. All interested concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the ability to perform the work required. Based upon the response to this sources sought and capability statement, the Government may determine to set this acquisition aside, proceed with an unrestricted solicitation, or decide on alternative procurement strategy.
The Bureau of Reclamation, Lower Colorado Basin Region, has a requirement for on-site maintenance of existing Generator Step-Up (GSU) transformers at Hoover Dam, located on the Colorado River, approximately 7 miles northeast of Boulder City, Nevada, and 32 miles southeast of Las Vegas, Nevada, in Clark County, Nevada and Mohave County, Arizona. Specifics about the types of transformers are provided in the attached DRAFT IDIQ Requirement document with this posting.
The principal components of the work include the following transformer maintenance tasks in a de-energized condition: 1) high side bushing replacement, 2) low side bushing replacement, 3) neutral bushing replacement, 4) repair and replacement of temperature sensing devices and transformer cooling equipment, 5) oil processing to remove moisture, dissolved gases, and contaminants, 6) modifications to transformer tanks, 7) conservator maintenance and repair, 8) core removal and repair, 9) transformer coil repair or replacement, 10) transformer paint removal, painting and corrosion control, 10) testing of transformers (e.g., Doble Power Factor, Transformer Turns Ratio, Leakage Reactance, DC Resistance with temperature correction and Dissolved Gas Analysis (DGA)), 11) purchasing of transformer temperature sensing equipment, 12) repair and replacement of current transformers, 13) addition and removal of bushing mounted current transformers, 14) purchase of bushings for inventory, 15) loading and unloading of transformer onto truck for transport, 16) installation and maintenance of DGA monitors and rapid depressurization systems, 17) maintenance of transformers rated less than 100 megavolt amperes (MVA), 18) modification to existing cable trays and connections, 19) installations of supports for new transformers to include floor, wall, and ceiling supports, 20) testing and commissioning of transformer, and 21) replacement of freon.
The estimated magnitude for the five (5) year effort is between $20,000,000 and $25,000,000 overall, where each year of the five (5) years is anticipated to require between $1,000,000 and $5,000,000 of transformer maintenance tasks.
The Government intends to award multiple indefinite delivery, indefinite quantity (IDIQ) contracts.
Capability statements are to be submitted no later than Monday, March 13, 2023, 3:00 p.m. Pacific Daylight time. The capability statement should include the following information and shall not exceed 10MB in a single email transmission:
(1) Provide business name, address, DUNS/UEI number, business size and type (8(a), HUBZone, Service Disabled Veteran, Small Business, Large Business, Indian Small Business Economic Enterprises (ISBEE) etc.), and point of contact to include e-mail address and telephone number.
(2) Demonstrate the capability to perform the work. Provide a list of comparable projects completed within the past five years. List project title; project location; dollar magnitude of the project; owners of the project; project duration; and if the project was completed on time and within budget. Comparable projects include, but not limited to: performing maintenance on GSU and other transformers including ones rated less than 100 MVA.
To assist the Government in determining vendor capability, kindly please note in your comparable projects list which bulleted tasks were performed from the attached DRAFT IDIQ Requirement document (Section: Description of Sources Sought, Pg. 3).
When it is determined that a formal solicitation will be issued, a notice will be posted on System for Award Management (SAM) www.SAM.gov Contract Opportunities. The applicable North American Industry Classification System (NAICS) code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance; and the applicable Product Service Code is J061. The small business size standard is $11.0 million average annual receipts.
Registration with System for Award Management (www.sam.gov), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered by the date proposals are due. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained at www.sam.gov.
All responses to this sources sought notice shall be provided to Kerri Dolezal, Contract Specialist, via e-mail at kdolezal@usbr.gov with subject line to read: 140R3023R0008 TRANSFORMER REPAIR IDIQ. The Bureau of Reclamation servers cannot accept individual email transmissions larger than 10MB. Therefore if applicable due to response size, please separate attachments into multiple emails and indicate "email 1 of X."
Thank you in advance for your participation in this market research effort.