Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2004 FBO #0999
SOLICITATION NOTICE

61 -- TRANSFORMER KU2A HOT OIL BATH AND REGASKET

Notice Date
8/19/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO 80228-2802
 
ZIP Code
80228-2802
 
Solicitation Number
DE-RQ65-04WG67815
 
Response Due
9/7/2004
 
Archive Date
10/7/2004
 
Point of Contact
CATHERINE CASTLE, Contracting Officer, 602-352-2776, ccastle@wapa.gov;Lary Martin, Contract Specialist, 602-352-2646, lmartin@wapa.gov
 
E-Mail Address
Email your questions to Lary Martin, Contract Specialist
(lmartin@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DE-RQ65-04WG67815 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. A fixed price contract will be awarded using Simplified Acquisition Procedures. This procurement is 100% reserved for small business concerns. The North American Industry Classification System code is 335311 and the business size standard is 750 employees or less. Requirements are as follows: Contractor shall provide, on site, Transformer gasket replacement and Hot Oil Cleaning in accordance with the following Statement of work: STATEMENT OF WORK/SPECIFICATION Mead Sub Station Transformer KU2A Hot Oil Bath & Regasket CONTENTS TOPIC PAGE Bidding Schedule???????????............................................................ 3 A. THE REQUIREMENT???????????............................................. 4 1. General???????????.............................................................. .. 4 2. Time for Repair???????????................................................... 4 3. Place of Repair Work???????????.......................................... 4 4. Safety and Health???????????................................................ 4 B. DESCRIPTION OF THE WORK???????????.............................. 4 1. Repair Technical Requirements???????????........................... 4 2. Preliminary Inspection???????????......................................... 5 3. Items Requiring Repair???????????........................................ 5 4. Western Representatives???????????...................................... 7 5. Warranty???????................................................................. ............. 7 6. Drawings and Data Furnished by Western???????.......................... 7 ATTACHMENT A Bidding Schedule Mead Sub Station Transformer KU2A Hot Oil Bath DATE: JULY 19 2004 ITEM NO. WORK AND MATERIAL AMOUNT 001 Lump Sum $_________ All repair work is to be done at Mead Sub Station, located in the State of Nev. Make an external inspection, make all necessary tests on the transformer and oil, document results in a report and provide Western a copy of these initial findings. The required repair work on the transformer shall include the following items: 1. Provide work-crew (repair personnel), all tools and repair equipment man-lifts, etc., test equipment, oil processing and filtering equipment, perform all work as necessary to return the transformer to satisfactory condition for normal operation. 2. Perform Hot Oil Cleaning De-Gassing, Dehydration and Re Inhibit Oil as required. (See attached sheet for Hot Oil Cleaning process required) 3. Remove all old gaskets in such areas but not limited to Bushings, pumps, radiators, manhole openings etc and replace with new ones equal to or better than that of the original quality. 4. Provide Western with a detailed summary with cost estimates, for any additional repair work that needs to be performed, that is discovered during the repair process, to restore the equipment to reliable operation. 5. Perform all required oil processing, filtering, moisture removal, and oil refilling to the transformer. 6. Provide additional transformer oil as needed to fill the equipment to the required full and top oil level. 7. Perform all final oil analysis and final checkouts to confirm the transformer is properly oil filled and ready for normal operation. Provide Western with a copy of these final results. STATEMENT OF WORK/SPECIFICATION Mead Sub Station Transformer KU2A Hot Oil Cleaning A. THE REQUIREMENT 1. GENERAL: It is required that the transformer designated KU2A, at the Mead Sub Station, in Boulder City Nevada, have it?s gaskets replaced and a Hot Oil Cleaning as described in the Technical Requirements paragraph of these specifications under attachment A. The Government will furnish data on polychlorinated biphenyl (PCB) content of the oil removed from the transformer on request. The Contractor shall furnish certification that any new oil added to the transformer is non-PCB. The Contractor shall be responsible for removing any PCB?s introduced during the repair and testing process. 2. TIME FOR REPAIR: The work described under the Technical Requirements paragraph shall be completed approximately no later than February 28th 2005. After the award of Contract, the Contractor may begin work approximately by January10th 2005, to meet the prior stated completion dated given in the previous sentence. This time frame may fluctuate do to operational needs of the system. A firm date will be reached after award of the contract. 3. PLACE OF REPAIR WORK: The repair work shall be accomplished at the present location where the transformer resides, which is Mead Sub Station. From Boulder City Nevada travel south on Highway 95 then South on Buchanan Road for approximately 3 miles road will curve East then South to Mead entrance. 4. SAFETY AND HEALTH: All delivery, unloading, and/or repair operations shall comply with OSHA 1926, Safety and Health Standards for the Construction Industry. Hard hats shall be worn on all construction sites and storage areas. The representative designated to receive the equipment has the authority to stop all work, or portions of the work, for noncompliance with the above safety and health requirements. B. DESCRIPTION OF THE WORK 1. REPAIR TECHNICAL REQUIREMENTS: Repair requirements are as follows: a. GENERAL: The repair work is required on a 1966 vintage General Electric transformer, serial number D-572564, instructions GEK ? 4905. manufactured in Pittsfield, Mass, U.S.A. The transformer is rated at 600 MVA. The voltage is 345-kv to 230-kV grounded wye Autotransformer with a 24-kv delta Tertiary. A constant oil pressure system (COPS) is used on this transformer. The transformer holds approximately 32,000 gallons of oil including COPS tanks. The total weight of this transformer is approximately 716,500 pounds. b. CONTRACTOR PROVIDED MATERIALS: The Contractor shall provide all necessary work-crew (repair personnel), all tools and repair equipment including, man-lifts, etc., test equipment, oil processing and filtering equipment, to perform all work as necessary for the Hot Oil Cleaning and gasket replacement. All replacement gaskets dry air/nitrogen and replacement bladders for repair of the transformer shall be provided by the Contractor. The work shall consist of providing quality replacement gaskets equal to or better than the original parts with the installation to be performed by knowledgeable technicians who have experience with the type of work required by this contract. c. Western Area Power Administration Provided Material: Western will provide a crane and operator for assisting in removal of bushings, radiators etc while installing new gaskets. Western will also provide oil storage containers for removal of oil. Western personnel will perform a Power Factor and TTR test on the transformer prior to commencement of work and after completion of work. 2. PRELIMINARY INSPECTION: Upon arrival at the Sub Station, the Contractor shall discuss with the Western on site representative, all safety rules and safety regulations to follow while the repair work is being performed. The Contractor shall then inspect the transformer, perform any required initial check-out tests as needed on the transformer and oil. The Contractor shall provide to Western, a report or plan of the repair work which details the items needed for the repair and the estimated schedule for repair. 3. ITEMS REQUIRING REPAIR: The following items require repair under this contract: a. Except where specified otherwise, the transformer repairs shall conform to the applicable latest editions of NEMA TR 1 Standard, ANSI/IEEE C57 series and, as specifically applicable, ANSI/IEEE C57.12.00 "Standard General Requirements for Liquid Immersed Distribution, Power, and Regulating Transformers". b. The Contractor shall re-gasket and provide gaskets for all openings associated with transformer as mentioned in previous paragraphs. c. . Oil-fill the transformer, and also fill the two COPS tanks. Bleed all turrets and COPS tanks to ensure no air is trapped. Provide all oil processing and filtering equipment needed. Heat oil as required for Hot Oil Cleaning process (See attachment A). The Contractor shall use filtering equipment which will not contaminate the oil with PCB?s. d. During the Hot Oil Bath and repair of the transformer, if the Contractor finds additional repair work necessary to make the transformer ready for operation, the Contractor shall summarize the additional repair work required, provide a detailed and accurate cost of repair, and submit this information to the Western on site representative to consider, who will provide acknowledgement back to the Contractor to proceed or not proceed with this additional repair work. e. The Contractor shall provide additional transformer oil as needed to fill the equipment to the required full oil level. Insulating oil provided by the Contractor shall conform to the requirements of the latest revision of ASTM D 3487, "Mineral Insulating Oil Used in Electrical Apparatus." The additional oil provided by the Contractor shall have no PCB present. f. The Contractor shall perform all final and required oil analysis, and final checkouts to confirm the transformer is ready for normal operation. The Contractor shall provide the Western on site representative with a copy of these final results which verify the transformer is ready for operation. Oil tests required shall include the following: Moisture, Interfacial Tension, Dielectric strength, DGA, ASTM D-5837 and Power Factor. The Contractor shall afford Western the opportunity to witness the repair work and testing. 4. WESTERN REPRESENTATIVES: The following are the Western representatives for this contract: a. The Western on site representative will be Jack Zieber, telephone number (702) 308-1664, e-mail address is ZIEBER@WAPA.GOV and one copy of all reports and data shall be given to this person. b. Three copies of all reports and data shall also be provided to the following person: Western Area Power Administration ATTN: Grover Bray P.O. Box 6457 Phoenix, AZ 85005-6457 E-mail address is BRAY@wapa.gov 5. WARRANTY: The Contractor shall provide a minimum 1-year warranty on all engineering, labor, material, parts, or other services performed on the transformer. 6. DRAWINGS AND DATA FURNISHED BY WESTERN: Western will provide all available drawings and data to the Contractor to assist with the repair. *********Last page of the Statement of Work/Specifications********* ATTACHMENT A MED KU2A TRANSFORMER STATEMENT OF WORK We will need a Hot Oil cleaning procedure, Dehydration, De-Gassing and Re-Inhibit, procedure along with replacement of all gaskets on the MED KU2A a 345-kV to 230 ?kV Transformer which contains approximately 32,000 gallons of oil. The procedure will consist of removing gaskets from all openings such as but not limited to bushings, pumps, radiators, manholes etc and replace with new ones equal to or better than that of the original quality. The awarded contractor will follow except where specified otherwise, the applicable latest editions of NEMA TR 1 Standard, ANSI/IEEE C57 series and, as specifically applicable, ANSI/IEEE C57.12.00 "Standard General Requirements for Liquid Immersed Distribution, Power, and Regulating Transformers". The Hot Oil Bath will have a closed-loop mobile system using connecting hoses between the de-energized transformer and the mobile unit. The entire system including hoses will be filled with oil before the processing is initiated. The oil will be removed from the bottom of transformer. As it enters the processing equipment it will need to be cleaned and stripped of oil decay by-products, water and gases through multiple passes of heat, vacuum, fullers earth and micron filters. The outgoing oil should rise beyond the aniline point (160* - 180*F). The system should maintain this within a few degrees throughout the processing of the oil and the de-sludging of the transformer. The oil will then be returned to the unit at the top, therefore an adequate amount of oil will remain in the transformer at all times. This hot oil will penetrate into the sludge saturated insulating paper, the cooling fins, cooling ducts and between the windings thus providing for a continuous dissolving action of the oil decay by-products. The exact number of total pumping gallons required to clean our transformer is predicated on the levels of oxidation-by-products as noted in acid and interfacial tension oil test. This will be accomplished by running the full volume of oil through 10 complete passes of heat, vacuum and fullers earth with an additional 4 passes if necessary of heat and vacuum. The awarded contractor must be able to guarantee the finished oil will meet the specifications detailed below. Dielectric 34-kV, Acid number will no be greater than 0.03 mg/KOH/g and the Interfacial Tension shall not be less than 36 DYNES/Per Centimeter. The secondary unintended consequence of removing the total combustibles in this unit to approximately 10% or the original combustionable content. It must be further understood that simply removing the oil and replacing it with new oil will not protect our paper insulation. This is due in large part to the propensity of the paper insulation to hold a minimum of ten percent of the total volume of the original contaminated oil. The oil remaining in the paper will simply contaminate the new oil and cause it to climb to unacceptable levels faster than if you reclaimed the unit properly. This will also be the case in the event of improperly doing a Hot Oil Clean service with less than the recommended total pumping gallons and this is not acceptable. In this scenario with less than recommended total pumping gallons of heat, vacuum and fullers? earth, the hot oil will act as a cleaning agent. Unfortunately it will clean the outer twenty five percent of the paper insulation without deep cleaning the entire system. This allows contaminates deep in the insulation to escape and re-contaminate the entire system at faster levels. The awarded contractor will have included in his proposal the cost for but not limited to the following items. All men, material and equipment (not including crane) required to remove all old gaskets and install new ones and perform the Hot Oil Bath. The clean up and disposal of items such as needed make up oil, generated waste, waste oil and fullers earth from the job site. The awarded contractor?s job site representatives and personnel will be responsible for adhering to Western Area Power Administration PSSM and PSOM documentation. The unit will be de-energized and removed from service by Western personnel a clearance will be issued to a Western representative. Grounds will be installed by Western personnel and a Special Work Permit will be issued to the awarded contractor?s representative. Upon completion of the job the contractor?s representative will release his Special Work Permit to Western representative. The unit then will be tested by Western personnel to insure MED KU2A is ready to be restored to service. After MED KU2A has been found ready to be restored to service Western personnel will remove the grounds and release their clearance and restore the unit to service. End of Statement of Work The following FAR clauses/provisions are applicable to this acquisition., 52.212-1, Instructions to Offerors Commercial Items, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (incorporating FAR 52.219-6, Notice of Total Small Business Set-aside, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.), 52.222-44, FAR Fair Labor Standards Act and Service Contract Act-Price Adjustment, (29 U.S.C. 206 and 41 U.S.C. 351, et seq.)), Offerors responding to this announcement must provide the information contained in 52.212-1, Instructions to Offerors Commercial Items and must include a completed copy of provisions 52.212-3, Offeror Representations and Certifications Commercial Items. The offeror must also provide it?s , Contractor Establishment code (DUNS Number) and Tax Identification Number (TIN). The Government intends to award to the responsible contractor whose quotation is the most advantageous to the Government considering price and price-related factors: Technical Specification compliance, past performance, and price. Technical specification compliance and past performance are equal, and when taken together are significantly more important than price. At least 3 references are required for past performance. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The written proposals and the above, required, information must be received at this office on or before 07 September 2004 by 12:00PM Pacific Time. Point of contact for information regarding this requirement is Mr. Lary A. Martin, 602-352-2646, FAX 602-352-2483. Faxed or electronic responses are acceptable. All responsible sources may submit a proposal, which will be considered by the agency.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/5AFA25F30E11F10F85256EF500537C9A?OpenDocument)
 
Record
SN00647220-W 20040821/040819211818 (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.