Skip to main content

An official website of the United States government

You have 2 new alerts

Y--River Outlet Works Pipe Relining at Glen Canyon Power Plant

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Nov 21, 2022 07:19 am MST
  • Original Published Date: Nov 20, 2022 07:00 pm MST
  • Updated Response Date: Dec 09, 2022 05:00 pm MST
  • Original Response Date: Dec 09, 2022 05:00 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 01, 2023
  • Original Inactive Date: Jul 01, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1MD - CONSTRUCTION OF EPG FACILITIES - HYDRO
  • NAICS Code:
    • 238320 - Painting and Wall Covering Contractors
  • Place of Performance:

Description

River Outlet Works Pipe Relining at Glen Canyon Power Plant

THIS IS A SOURCES SOUGHT SYNOPSIS ONLY FOR RIVER OUTLET WORKS PIPE RELINING AT GLEN CANYON POWER PLANT
PURPOSE:
The Bureau of Reclamation, Upper Colorado Basin, is seeking potential sources to reline the river outlet works pipe at the Glen Canyon Power Plant.
This sources sought is issued solely for information and planning purposes only and is not a solicitation. This is NOT a Request for Proposals nor an Invitation for Bids and does not constitute any commitment by the Government. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified.
Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this request for information will not be returned and electronic submission is required. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government or form a binding contract.
Interested parties are encouraged to monitor this announcement for updates and send their response to this source sought by the stated time below. It is, and will continue to be, all potential offeror's responsibility to monitor the SAM.gov website for any updates to this announcement. All interested sources must respond to future solicitation announcements separate from responses to this sources sought.
PRINCIPAL WORK COMPONENTS:
The Contractor shall provide all the expertise, labor, tools and equipment necessary to reline 4 river outlet tubes at Glen Canyon Power Plant.

LOCATION
Work is located at Glen Canyon Dam, approximately 2 miles northwest of Page, Arizona, in Coconino County.
PRINCIPAL COMPONENTS OF WORK
A. Control ponding, seeping, and flowing leakage water in outlet works during relining operations.

B. Outlet pipe (1) -Abrasive blast clean surfaces to remove corrosion and existing linings, create a surface profile, and apply a new lining system on interior surfaces of outlet works pipe 1 from bell mouth transition to hollow jet valve. Including manhole covers interior and exterior surfaces.
Approximately 22,600 ft2 surface preparation and lining. To include Interior Drain Line 140 ft2 and Exterior Coating of Drain line 20 ft2.

C. Outlet pipe (2) Abrasive blast clean surfaces to remove corrosion and existing linings, create a surface profile, and apply a new lining system on interior surfaces of outlet works pipe 2 from bell mouth transition to hollow jet valve. Including manhole covers interior and exterior surfaces.
Approximately 22,500 ft2 surface preparation and lining. To include Interior Drain Line 140 ft2 and Exterior Coating of Drain line 20 ft2.

D. Outlet pipe (3) Abrasive blast clean surfaces to remove corrosion and existing linings, create a surface profile, and apply a new lining system on interior surfaces of outlet works pipe 3 from bell mouth transition to hollow jet valve. Including manhole covers interior and exterior surfaces.
Approximately 22,800 ft2 surface preparation and lining.

E. Outlet pipe (4) Abrasive blast clean surfaces to remove corrosion and existing linings, create a surface profile, and apply a new lining system on interior surfaces of outlet works pipe 4 from bell mouth transition to hollow jet valve. Including manhole covers interior and exterior surfaces.
Approximately 22,300 ft2 surface preparation and lining.

F. Abrasive blast clean surfaces to remove corrosion and existing coating, create a surface profile, and recoat the exterior of exposed drain lines for outlet works pipes 1 and 2.

G. High pressure waterjet clean to remove corrosion and existing lining and apply new surface tolerant lining for drain lines on outlet works pipes 1 and 2.

H. Furnish and install cathodic protection if any corrosion is observed in the bell mouth of an outlet works pipe.

I. Contain, handle, and dispose of hazardous coating materials.

WORK RESTRICTIONS
Reclamation is looking to reline each tube one at a time in order to mitigate issues that will cause restrictions on work such as drought, endangered fish, and power requirements.

Allowable window for work is approximately April through October.

PSC, NAICS & SIZE STANDARD:
The Product Service Code (PSC) is Y1MD ¿ Construction of EPG Facilities-Hydro. The potential North American Industry Classification System (NAICS) code for this project is 238320- Painting and Wall Covering Contractors with a small business size standard of 16.5 million dollars.
SYSTEM FOR AWARD MANAGEMENT:
The System for Award Management (SAM) is an implemented 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). Parties interested in this project are encouraged to register now; however, registration is not required at this time to respond to this request for information. Vendors would be required to be registered at http://www.sam.gov prior to responding to any future solicitation for proposals in order to be considered.
POINT OF CONTACT FOR RESPONSES & QUESTIONS:
The contract specialist and point of contact for this request for information is Jennifer Handy. Please submit responses and any other inquiries via email to jhandy@usbr.gov.
Interested parties that can meet the needs of this requirement should submit responses, 10 pages or less, of their applicable capabilities that shall include the following:
1. Company Name, DUNS, Contact Information, and Email Address
2. Business Size Classification, including number employees, size standard, and the number of years your company has been in business. (Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service-Disabled Veteran Owned, Historically Underutilized Business Zone businesses, and Historically Black Colleges and Universities/Minority Institutions).
3. What approach or method your company would use to reline river outlet works piping?
4. Estimated time frame to include from mobilization to operational of one tube.
5. Suggestions or recommendations on how to accomplish this work within the stated time frame or if there is a method that would expedite the process.
6. Information on your companies experience in relining river outlet tubes, penstocks, piping or similar projects.
7. Level of Bonding Capability.
Reponses shall be submitted via E-mail to the contract specialist, Jennifer Handy by:
5:00 PM THE 9TH OF DECEMBER 2022

Contact Information

Contracting Office Address

  • 125 SOUTH STATE ST ROOM 8100
  • SALT LAKE CITY , UT 84138
  • USA

Primary Point of Contact

  • Handy, Jennifer
  •   JHandy@usbr.gov
  •   Phone Number 435-885-3228
  •   Fax Number 435-885-3224

Secondary Point of Contact





History