Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
SOURCES SOUGHT

66 -- EDDY CURRENT PROXIMITY TRANSDUCERS (PROBES) PROBE DRIVERS, (OSCILLATOR-DEMODULATORS), CABLE, AND PROBE DRIVER HOUSINGS FOR HYDROELECTRIC UNITS 1 - 3 AT BOISE DIVERSION POWERPLANT, SNAKE RIVER AREA OFFICE

Notice Date
2/12/2004
 
Notice Type
Sources Sought
 
Contracting Office
BUREAU OF RECLAMATION SNAKE RIVER AREA OFFICE WEST 230 COLLINS RD, BLDG 1A BOISE ID 83702
 
ZIP Code
83702
 
Solicitation Number
04SQ110001
 
Response Due
2/24/2004
 
Archive Date
2/11/2005
 
Point of Contact
MARIE DAY PURCHASING AGENT 2083832228 MDAY@PN.USBR.GOV;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes a combined Synopsis Solicitation prepared in accordance with the format FAR 12.6 for proximity probes for the Bureau of Reclamation Snake River Area at Diversion Dam.. This RFQ No. 04SQ110001 incorporates provisions and clauses in effect through FAC 2001-18. Proposals shall include the completed FAR 52.212-03 Offeror Representations and Certifications-Commercial Items). All responses are due by COB 2/24/04. The Government anticipates award of a firm fixed price contract resulting from this solicitation on or about February 25, 2004 that is most advantageous to the Government. This is a total small business set aside, the NAICS code is 334519 (Vibration meters, analyzers and calibrators Mfg) and the size standard is 500 employees. FPDS Code is 6680 - Liquid/gas motion measuring equipment. VENDORS ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be faxed to the attention of Marie Day at 208-383-2237 or mailed to Bureau of Reclamation, 230 Collins Road, Boise, ID 83702. Technical questions regarding this solicitation can be directed to Ernie Bachman at 208-383-2270. To take advantage of business opportunities with BOR and DOI vendors must register their firm on the Central Contractor Registration System (CCR) @ http://www.ccr.gov. PROXIMITY PROBES-FORWARD The following design data and technical specifications are required for a contract to supply eddy-current proximity transducers (probes), probe drivers (oscillator-demodulators), associated cable, and probe driver housings for Hydroelectric Units 1 - 3 at Boise Diversion Powerplant, Snake River Area Office. These three hydro units, which are currently being rehabilitated, have fluid film guide and thrust bearings and operate at a speed of 240 rpm (4 Hz). At the present time we plan on installing the proximity probes for commissioning the re-furbished units and for future monitoring. We do not plan on purchasing a full monitoring system at this time, but will use a temporary portable system, connected to these probes, to collect shaft run-out data during the start-up and testing of the units. The probes will be permanently installed and in the future we may purchase a full system, compatible with these probes. After commissioning, they will continue to provide critical data for rough zone operation, as well as indicating bearing wear and clearances, and general operating condition of the rotating machinery. The mechanical monitoring will include measuring radial shaft vibration (run-out) and orbits at three guide bearings, two of which are water-lubricated and are submerged under water. The unit shafts are constructed of forged steel. The proximity probes will be used as follows per hydrogenerator unit: 3 pairs used as X-Y dual vibration transducers located at the lower turbine guide bearing, the upper turbine guide bearing, and the lower generator guide bearing of each unit. We will install two probes at each bearing location, for a total of six per unit. The two probes mounted on the bottom bearing will require 12 meters of un-interrupted cable, directly connected to the probes for submerged operation. This is not a normal industry standard. For the two probes at the middle guide bearing, the industry-standard, 9 meter cable length, will be sufficient, but the cable will also need to be un-interrupted for submerged operation. This, also, is not a normal industry standard. The two probes at the upper guide bearing will be in a dry location, and may use the industry-standard 9-meter cable system. SECTION A - DESCRIPTION/SPECIFICATIONS SUBSECTION A.1 - GENERAL REQUIREMENTS A.1.1 This specification describes transducers for the measurement of shaft displacement, run-out, and orbits on vertical hydroelectric generating units. This transducer equipment is to be furnished by the Contractor. The equipment is to be installed by government forces at Boise Diversion Powerplant, Snake River Area Office. A.1.2 Submittal Requirements Three complete sets of manuals describing the installation, operation, and maintenance of the transducers shall be .furnished by the contractor after award. These manuals shall include parts lists and drawings of the transducer components along with wiring diagrams of the systems electrical equipment. These instructions and manuals will be supplied within two weeks after the award. SUBSECTION A.2 - MATERIALS A.2.1 Work and Materials to be Furnished by the Contractor The Contractor shall furnish eddy-current proximity transducers as specified below. The vibration monitoring equipment consists of the items specified in Section A.3. The locations and quantity required are listed below. A.2.2 General description of equipment supplied by contractor The shaft vibration monitoring transducers, supplied by the contractor, will consist of 20 eddy-current proximity probes with leads and extension cables, and 20 probe drivers (oscillator-demodulators). The contractor shall supply cable to connect the proximity probes to the probe drivers. To provide for the conditions outlined above, the following shall be provided: Group 1: 8 probes (6 plus 2 spares) shall be provided with the industry standard cable leads and extension cables, providing a total electrical length of 9 meters. Lead length may be .5 or 1 meter, and the extension cable shall make up the balance of total length. Group 2: 6 probes shall be provided with a total electrical length of 9 meters, with a water-tight no-connector construction, suitable for submerged operation. Group 3: 6 probes shall be provided with a total electrical length of 12 meters, with a water-tight, no-connector construction, suitable for submerged operation. The government will supply three - conductor, 18-20 ga. shielded cable to provide power to and carry the signal from the proximity probe driver to the government-supplied monitoring system. SUBSECTION A.3 - TRANSDUCER EQUIPMENT TECHNICAL REQUIREMENTS A.3.1 Proximity probes, leads, extension cables, and drivers. 20 displacement transducers consisting of proximity probes, leads, extension cables, and oscillator-demodulators (probe drivers), shall be supplied as described below: (1) The probes shall be of the non-contact, proximity, eddy-current type with a case length of 2 inches, a probe tip diameter of 8 mm, and with a total system electrical length as describe above in section A.2.2. The probe tip shall be manufactured of a high strength, heat and chemical resistant plastic such as polyphenylene sulfide(PPS), and shall be mounted in a stainless steel case. The probe shall have an 80 mil linear range or greater, ranging from 10 mil to 90 mils (+/- mil) from probe tip, and shall have a minimum frequency response of 0 to 100 Hz (0 to 6,000 cpm) calibrated for a steel shaft.. The probe and lead shall be rated overall to operate between 0EC and 100EC. A connector isolator consisting of shrink tubing shall be provided to cover and isolate all mated connectors, where applicable. All probes furnished are to be of the same dimensions. The probe mounting shall have a 3/8" X 24 UNF-2A thread the entire length of the stainless steel case and the cable-end connector shall be compatible with the extension cables. (2) The oscillator-demodulators (probe drivers) shall be capable of at least an 80-mil linear range starting at 10 mils from probe tip to measured surface, and must be temperature stable over at least 0EC to 100EC. Output incremental scale factor shall be 200mV/mil unless otherwise approved by the government. These probe-drivers are to work with the probe described in (1) above using ferrous(steel) target material. These probe-drivers must be compatible with the probes. The probe-drivers are to be supplied unmounted, with all necessary hardware to adequately mount each probe driver and electrically connect to the probes. The probe drivers shall be electrically isolated and the input shall consist of a female coaxial connector and an output consisting of leads for a three wire conductor (power, common, and output signal). The power requirements shall be -23 to -26 Vdc at 12 mA maximum consumption. (3) The shielded probe extension cables to connect the probe leads to the Group 1 probe drivers as per A.2.2 and A.3.1(1) shall be coax with connectors described as per API Standard 670 paragraph 3.3. The electrical length of each extension cable shall such that the total electrical length of the probe and drivers is 9.0 meters. The extension cables shall be interchangeable electrically and physically with each other so little or no re-calibration is required if replaced. These cables shall be rated for operation between 0EC and 100EC. Group 2 and Group 3 probes shall meet the electrical length requirements of Section A.2.2 above. (4) The probes, drivers, and extension cables shall comply with API standard 670. A.3.2 Overall System Accuracy Requirements - Calibrated System The accuracy of the installed and calibrated proximity probe system(probes, leads, extension cables, and drivers) shall not exceed +\- 1% of the full scale value. PROBES SHALL BE DELIVERED ON OR BEFORE 3/31/2004 TO: BUREAU OF RECLAMATION, SNAKE RIVER AREA OFFICE, 230 COLLINS ROAD, BOISE, IDAHO 83702 - ATTN: ERNIE BACHMAN Following are the applicable provisions and contract clauses incorporated by reference. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 paragraph (b) is tailored to incorporate the following clauses: FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veteran; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-34 Payment by Electronic Funds Transfer; FAR 52.204-6 Data Universal Numbering System (DUNS) Number ; paragraph (c) FAR 52.222-41 and FAR 52.204-07 Central Contractor Registration.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142511&P_OBJ_ID1=10960)
 
Place of Performance
Address: DELIVERY TO BUREAU OF RECLAMATION 230 COLLINS ROAD, BOISE, IDAHO 83702 BOISE DIVERSION DAM POWERPLANT, 7191 EAST HIGHWAY 21, BOISE, IDAHO 83716
Zip Code: 83702
Country: USA
 
Record
SN00521659-W 20040214/040212212820 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.