This Sources Sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this Sources Sought notice are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research, and the Government will not entertain question concerning this market research.
The intent of this notice is to determine the availability of business to provide testing and preventive maintenance on ten (10) Emergency Generator located at Grand Coulee Dam in Washington State.
The requirement is to conduct preventive maintenance and to test and operate ten emergency generators as follows: the emergency generators shall be load tested with a Contractor-furnished load bank at a minimum of 30 percent of generator rated capacity for 30 minutes monthly and once every 3 years at a minimum of 80 percent of generator rated capacity for 4 hours. The ten generators are listed below.
- Perkins - 45KW located at Feeder Canal Check Structure with manual transfer switch.
- Aptech - 200KW located Left Power House (LPH) Tailrace.
- Aptech - 125KW located 230 YD (portable - trailer mounted).
- Aptech - 200KW located at LPH No. 2 - Control Bay with manual transfer switch.
- Aptech - 200KW located at Industrial Area (IA)- Mechanical Repair Shop (MRS)
- Caterpillar - 350KW location Pumping Generating Plant (PGP) No. 1 -Transformer Deck.
- Generac - 30KW location 911 Tower site w/ Auto Transfer Switch.
- Magnum - 186kW located at Industrial Area (IA) - Mechanical Repair Shop (MRS) (portable - trailer mounted)
- Cummins- 80kW located at Security Building
- Caterpillar - C15, 500kw, with CAT 800 Auto Transfer Switch - located at new Fire Station.
Potential offers having technical capabilities necessary to meet the needs of the described requirement are invited to provide a capabilities statement via email. The capability statement must include the following:
1) Company name and point of contact information.
2) UEI or Cage Code Number
3) Business size whether large or small. If small please provide socio-economic status such as 8(A), HUBZONE, SDVOSB, ETC if applicable.
4) Brief explanation of the services and capabilities your company provides.
Responses are due no later than 1700, Pacific Time, Friday, May 16, 2025, and shall be electronically submitted to Terry Mest at tmest@usbr.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any cost associated with providing information in response to this synopsis or any follow-up information requests.