Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2025 SAM #8648
SOLICITATION NOTICE

J -- J--Glen Canyon Overhead Bridge Crane Modernization

Notice Date
7/29/2025 12:59:30 PM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
UPPER COLORADO REGIONAL OFFICE SALT LAKE CITY UT 84138 USA
 
ZIP Code
84138
 
Solicitation Number
140R4025R0001
 
Response Due
8/6/2025 4:00:00 PM
 
Archive Date
08/21/2025
 
Point of Contact
Laughbon, Lisa, Phone: 801-524-3732, Fax: 4062477338
 
E-Mail Address
llaughbon@usbr.gov
(llaughbon@usbr.gov)
 
Description
PRESOLICITATION SYNOPSIS NOTICE PURPOSE: The U.S. Bureau of Reclamation, Upper Colorado Basin, is seeking a Contractor to furnish the labor, materials, and equipment for the repair or refurbishment of the two overhead bridge crane located at Glen Cayon Power Plant. Work is located at Glen Canyon Power Plant approximately 3 miles northeast of Page Arizona in Coconino County. This requirement is being procured in accordance with Part 12 and Part 13 of the Federal Acquisition Regulations. The Bureau of Reclamation intends to issue a competitive solicitation for this requirement and make an award to the firm that represents the best value to the Government. PROJECT DESCRIPTION: PRINCIPAL COMPONENTS OF WORK 300 Ton Capacity Bridge Cranes: Remove and Dispose Existing Equipment: 1. Main and auxiliary hoists and motors, trolley drive systems, and bridge drive systems. 41 22 14 2. All control equipment from crane control cabinet enclosures. 3. Wiring, conductors, and collector systems. 4. Equipment enclosures. 5. Operator�s cab and cab controls. 6. Hoist ropes. 7. Main fused disconnect switch. 8. Molded case circuit breaker in substation switchgear 3, DMA breaker 4-3. Furnish and Install New Equipment: 9. Main and auxiliary hoists and motors, trolley drive systems, and bridge drive systems. 10. Variable frequency drive (VFD) controls for all hoists, trolleys, and bridge drives. 11. Cross-bridge cable festoon systems for trolleys. 12. Operators cab and cab controls. 13. Main fused disconnect switches. 14. Runway electrification service fused disconnect switch. 15. Operator cab fused-disconnect switch. 16. Grounding and bonding conductors and other miscellaneous equipment required to complete electrical installation. 17. Equipment enclosures. 18. Hoist ropes. 19. Non-destructive (visual) examination of bridge crane components. 20. Draining, cleaning and re-lubricating bridge crane components. 21. Perform load tests for lifting devices. 22. Perform load tests, and operation and maintenance training. Coordination with the Government and Government force to accomplish principal components of work. NAICS AND SIZE STANDARD: The NAICS code for this project is 811310, Other Heavy and Civil Engineering Construction, with a small business size standard of $12.5 million. COMPETITION: Solicitation 140R4023R0014 will be conducted as a small business set aside. SOLICITATION RELEASE DATE: The release date for the final solicitation 140R4025R0001 is anticipated to be in August of 2025. Interested parties are encouraged to monitor this announcement for updates and the release of the solicitation documents. The solicitation documents for this procurement will be accessible via https://sam.gov/ . It is, and will continue to be, all potential offeror's responsibility to monitor the sam.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be providing any other methods of information dissemination. SYSTEM FOR AWARD MANAGEMENT (SAM, www.sam.gov): The System for Award Management (SAM) is a 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). Offerors must be successfully registered in SAM in order to be considered for a Government contract award. SITE VISIT: The Government intends to conduct a site visit for interested vendors. Information regarding the site visit will be included in the solicitation. POINT-OF-CONTACT FOR QUESTIONS: The contract specialist for this solicitation Lisa Laughbon, email: llaughbon@usbr.gov. Any communications regarding this procurement must be made in writing and forwarded via email and must identify the solicitation number, company name, address, email address, phone number including area code, and point of contact. NOTE: THIS IS NOT A REQUEST FOR PROPOSAL (SOLICITATION), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses to this Notice will not be considered as proposals or quotes. No award will be made as a result of this Notice. The Government will NOT be responsible for any costs incurred by interested parties in responding to this Notice. This Sam.gov Notice is strictly for compliance with FAR Subpart 5.2. As a result of this Notice, the Government may issue a competitive solicitation; however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to the Notice (e.g. use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03648272377140dd8e5c6e7573645b59/view)
 
Record
SN07527902-F 20250731/250729230050 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.