SOURCES SOUGHT
59 -- 59--Pipeline & Electrical Component
- Notice Date
- 5/30/2025 3:11:13 PM
- Notice Type
- Sources Sought
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- DOIRFBO250023
- Response Due
- 6/13/2025 12:00:00 PM
- Archive Date
- 06/28/2025
- Point of Contact
- Hall, Jenna, Phone: 7022938105
- E-Mail Address
-
jennahall@usbr.gov
(jennahall@usbr.gov)
- Description
- This is a Sources Sought announcement for acquisition planning purposes, and no formal solicitation for this requirement exists at this time. All businesses, regardless of size, capable of providing these items are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm's previous experience performing similar work. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. The Government does not intend to award a contract based on this notice or otherwise pay for information solicited. Proposed Project: The Bureau of Reclamation, Lower Colorado Region, has a requirement for the purchase and delivery of multiple pipeline, pump, and electrical components as described in the specifications. These components are to ensure a well pumping system operates effectively and delivers water to existing fish refugia ponds at the Planet Ranch Conservation Area, located in Yucca, AZ. Reclamation is considering satisfying this requirement with a firm-fixed price contract. Materials Required: 1.01 Pipeline Components 18"" HDPE Pipe - 40 LF 24"" HDPE Pipe - 600 LF 24"" 45� HDPE Elbow - 4 each 24"" x 24"" x 24"" HDPE Tee - 2 each 24"" HDPE Slip On Flange - 2 each 12"" Check Valve - 2 each 2"" Air Relief/Air Vacuum Valves - 6 each EF Saddle with MPT Outlet for 24"" HDPE - 4 each 12"" Dresser Coupling - 2 each 1.02 Production Well Pump Components Assembly Head-A - 12x20x125#5.38HPx1.69 - 1 each Assembly COL BOT - 12.00x60.00x1.69 - 2 each Assembly COL INT - 12.00x60.00x1.69 - 1 each ASM Bowl - 16DKL-PL-01STG_PHP - 1 each Shaft Drive Assembly - 1.69-150-250HP 316 - 1 each MTR US WP1 - 460V/3PH/60HZ, 1800 RPM - 1 each Column Pipe (10 ft lengths) - 4 each Column Pipe (5 ft lengths) - 2 each Shafts (10 ft lengths) - 4 each Shafts (5 ft lengths) - 2 each 1.03 Electrical Components (All electrical components must meet APS requirements) Variable Frequency Drive - 2 each Electric Underground Pull Section/Meter-CT - 1 each Circuit Breaker - 1 each Panelboard Enclosure/Box - 1 each Main Lug Interior - 1 each Panelboard Ground Bar - 1 each Main Circuit Breaker Adapter Kit - 1 each Miniature Circuit - 1 each Well Guard-Control Pumping Plant Panel - 1 each Delivery Locations: Yucca, AZ (34.874781, -114.146980) for pipeline components, with pickup options available in nearby Kingman, AZ. Yuma, AZ at BOR's office (7301 S Calle Agua Salada) for pump and electrical components. North American Industry Classification System (NAICS) Code: 335313 Switchgear and Switchboard Apparatus Manufacturing with a corresponding small business size standard of 1,250 employees. Interested firms must submit the following information: - Name and address of Firm - Phone number - Email Address - Unique Entity ID Number (Formerly the DUNS Number) - Statement as to whether the firm manufactures the end product or not. - Identify if the product is American made or not. - Size status/SBA certifications (Small business, Women-Owned Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business, other) - Capability Statement (not to exceed 6 pages). A brief summary of capabilities to include demonstration of the company's capability to perform the work, previous procurements performed of similar size and complexity, references with point of contact information, customary lead times for these types of items, and any known or foreseeable issues with manufacturing these types of items. All responses must be submitted via email no later than 12:00 Noon Pacific Time, June 13, 2025. Email address: jennahall@usbr.gov. Include the reference number (DOIRFBO250021) in the subject line. When it is determined that a formal solicitation will be issued, the pre-solicitation notice will be posted on Contract Opportunities at the SAM.gov website at http://sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1444f41357694cdebf76992cbee0211a/view)
- Record
- SN07461670-F 20250601/250530230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |