Colorado Bids > Bid Detail

J--Sources Sought Synopsis for Crane Testing, Repair and Replacement for LCDO - ID

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159795894388858
Posted Date: Apr 11, 2023
Due Date: Apr 27, 2023
Solicitation No: DOIRFBO230016
Source: https://sam.gov/opp/4f10bd837d...
Follow
J--Sources Sought Synopsis for Crane Testing, Repair and Replacement for LCDO - ID
Active
Contract Opportunity
Notice ID
DOIRFBO230016
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
BUREAU OF RECLAMATION
Office
LOWER COLORADO REGIONAL OFFICE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 11, 2023 10:56 am PDT
  • Original Response Date: Apr 27, 2023 05:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Lower Colorado Dams Office 89005
    USA
Description
Sources Sought Synopsis for Crane Testing, Repair and Replacement IDIQ
NAICS & Size Standard: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, $12.5 Mil
Classification Code: J - Maintenance, Repair and Rebuilding of Equipment

THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. The U.S. Bureau of Reclamation (Reclamation), Interior Region 8: Lower Colorado Basin, Lower Colorado Dams Office (LCDO) seeks to determine the availability and adequacy of potential sources to support acquisition of the requirements stipulated below. All qualified concerns may submit capability statements for consideration. All small businesses to include Small Business, Certified 8(a), Certified HUB Zone, Indian Small Business Economic Enterprise (ISBEE), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned (SDVOSB) are strongly encouraged to provide timely response to this announcement. A response to this announcement is necessary in order to assist Reclamation in determining the potential levels of interest, adequate competition, and the technical capability to provide the required services. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted. Capability statements received may also be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work.

Because this notice is for informational/market research purposes only, the Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is NOT a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.

Reclamation has a requirement for crane assessment, maintenance, repair and/or replacement for various Dams located within the Lower Colorado Region, which includes Hoover, Davis, and Parker Dams. Each of the facilities are equipped with more than 30 fixed boom (jib) cranes, which range in capacity from 1 ton jib to 300-ton powerhouse cranes. Normal use of these cranes causes wear and tear of crane components which require assessment, repair or replacement to insure proper function of the cranes.

Specific tasks cannot be identified at this time. However, when it requires a particular service, the Government will identify the detailed requirements in the Task Order. In addition to the parts described in (a) through (i), other Task Orders within the scope of work, performance period, and maximum value of the contract may be awarded.

The following describes the crane components subject to repair and/or replacement:

(a) Assessment of crane components in the unloaded condition
(b) Assessment of crane components under load and including load test
(c) Inspection and lubrication or replacement of main load cables
(d) Inspection and adjustment or replacement of brake pads and/or brake assemblies
(e) Maintenance, repair, and replacement of control systems
(f) Repair or replacement of crane rails, wheels, and trolleys
(g) Repair or replacement of gearbox components
(h) Repair or replacement of other crane components
(i) On-site training for dam personnel on crane operation

Relevant materials that may be required to perform these services are pre-manufactured crane components and crane components manufactured to original specifications. Materials include (but are not limited to) various grades of mild steel, alloy steel, stainless steel, bronze and aluminum-bronze, cast iron, electrical components and controls, and synthetic materials including (but not limited to) commercial products like Devatex, Tenmat, Vesconite, Thortex, Belzona, industry-standard epoxy paints and coatings, industry-standard greases and lubricants.

Task Orders may require the Contractor to perform the following:

- Assess cranes under load to determine list of prioritized repairs recommended for a specific crane or a group of cranes
- Precision fabrication of new crane replacement parts per Hoover Dam, Parker Dam or Davis Dam design
- Reverse-engineering: 3-dimensional digitizing and computer-aided repair or replacement manufacture of existing crane hardware
- Quality control: Industry-standard inspection and testing
- On-site training of differing types of crane operation

Interested parties should provide a description of:
- Any prior experience working on similar projects

Interested parties should also include the following information in their response:
- Business name, address, UEI (from SAM.gov), cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. SDVOSB, Small Disadvantaged Business, ISBEE, ED/WOSB, HUBZone and/or 8(a))
- Point of contact including name, title, phone number, and email address

All interested parties are encouraged to respond to this notice with all requested information by e-mail to jkent@usbr.gov no later than 5:00 P.M. PDT on Thursday, April 27, 2022.

The information provided in this announcement is the only information the Government has available at this time. Questions concerning the sources sought should be directed to Jennalyn Kent by email at jkent@usbr.gov.

An active registration in the System for Award Management (SAM), as required by FAR 4.1102, will be a requirement for any resulting procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database may make an offeror ineligible for award. Information on SAM registration can be obtained at the following web address: https://www.sam.gov

(Attachment provided for accessibility purposes only. No additional text is included.)
Attachments/Links
Contact Information
Contracting Office Address
  • 500 DATE STREET BUILDING 200
  • BOULDER CITY , NV 89005
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 11, 2023 10:56 am PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >