Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2012 FBO #3711
SOLICITATION NOTICE

Z -- Application Engineering information for the design of a fire detection system which will provide early detection of a fire in hydroelectric powerhouses.

Notice Date
1/20/2012
 
Notice Type
Presolicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-12-R-0013
 
Response Due
3/30/2012
 
Archive Date
5/29/2012
 
Point of Contact
Stephen Yoder, 503-808-4613
 
E-Mail Address
USACE District, Portland
(stephen.m.yoder@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description The United States Army Corps of Engineers, Portland District (USACE-Portland) seeks Application Engineering information for the design of a fire detection system which will provide early detection of a fire in hydroelectric powerhouses. The system will be based upon National Fire Protection Association (NFPA) codes, recently completed Fire Hazards Analyses (FHA) and Life Safety Assessments (LSA), and the project Design Basis report. Specifically the design will include: a. Fire Alarm Control Unit (FACU). b. Fire Alarm Annunciator (FAA). c. Remote monitor in the control room. d. Photoelectric Light Scattering Spot Smoke Detection. e. Aspirating Smoke Detection (ASD). f. Manual Fire Alarm Pull Stations g. Interface modules to existing systems This request is to acquire manufacturers input on designs which will be incorporated into the performance specifications for future fire protection contract(s). 1.BACKGROUND. Portland District Corps of Engineers, USACE- Portland, operates 20 dams in the states of Oregon and Washington. The 3 largest are on the Columbia River: Bonneville (2 powerhouses), The Dalles, and John Day. 13 are in the Willamette Valley (Detroit and Big Cliff on North Santiam; Green Peter and Foster on the South Santiam; Cougar and Blue River on the McKenzie; Lookout Point, Dexter, Fall Creek, and Hills Creek on the Middle Fork of the Willamette; Dorena and Cottage Grove on the Coastal Fork of the Willamette; and Fern Ridge on the Long Tom River west of Eugene, Oregon); 2 are in the Rogue River Valley (Lookout Point and Applegate); Willow Creek at Heppner in North Central Oregon; and the SRS on the North Toutle River next to Mt. St. Helens. 13 of these 20 dams have hydropower with powerhouses. This procurement is to improve the fire suppression and alarm systems, eventually, at all of these powerhouses. Currently, this upgrade is a multi-phased fire and life safety upgrade to four (4) powerhouses on the Columbia River, Bonneville 1 and 2, The Dalles, and John Day. Each will undergo control room egress and smoke control pressurization upgrades as the first phase, labeled as Phase A, of upgrading the fire protection. Phase A will include limited area detection and fire alarm control panel installation. The phased approach will continue with a Phase B expansion of the fire alarm system to include notification appliances and additional egress components, as well as eventually add active and passive fire suppression, based upon Fire Hazards Analysis and Life Safety Assessment (FHA/LSA) reports for each location. Phase A is defined as the initial installation in the Columbia River hydroelectric projects and is estimated to take approximately three (3) years to complete. It must be recognized in the design and during the installation process that this phasing requires integration, as well as the flexibility to adapt to ongoing changes in the operating environment or to advances in fire protection technology. Due to the complexity of the design in a program covering multiple years and multiple projects the design team seeks to evaluate and compare manufacturers and products. USACE intends to select one manufacturer whose components will be installed throughout USACE - Portland. The design team understands that each Manufacturer has products which have proprietary information. The specific product and system must be provided to allow comparison of the entire system being installed to determine the engineering tradeoffs, benefits and issues for each manufacturer. There are many issues for the design team that will not be satisfactorily addressed without the information requested. The design team plans to use performance-based specifications but needs be able to compare product specific and proprietary information from each manufacturer. The conceptual schematics which are frequently used in the industry to convey general design parameters in performance-based specification can result in a high degree of variability during the bidding process and frequently leads to change order requests and cost over-runs of the original budget. The development by the project engineering team of definitive fire alarm drawings presents a separate set of practical difficulties, since it requires the initial designer to select a "surrogate" manufacturer's system. This basis often results in a design that is not the one actually selected in the competitive bid process and which is likely not to be representative of the actual means and methods needed to execute the project, based upon the successful bidder's own selection of manufacturer's product line. The result is time and expense for a design which is seldom, if ever used in the actual installation phase. Most importantly, it removes the potential for the manufacturer to leverage their product to meet the functional and operating parameters critical to the end-user. Since fire alarm design is dependent upon applications of devices and methods proprietary to specific manufacturers that must be integrated into a single NFPA 72 compliant and nationally recognized testing laboratory listed or approved system, it is not possible to develop a wholly descriptive "generic design" from which to have prospective bidders provide installation proposals. The design team has determined that Phase A must be capable of facilitating incorporation of upgrades from future phases through planned expansion capability of the selected equipment as well as minimize the need for demolition of completed items from earlier phases. The Portland district has developed a strategic plan and identified specific tasks for completion during Phase A. Phase A is first and foremost a life safety upgrade intended to increase the tenability of the control room during a fire in order to facilitate the operators' ability to safely shutdown the impacted powerhouse systems and provide safe egress route for the operators and facility staff to the outside of the plant. The principal features intended to meet this goal for Phase A include: a.Provide early warning to the Control Room of a fire situation via general area fire detection and direct notification to the Control Room only. This shall facilitate a safe shutdown of the power generating equipment and control room evacuation. b.Reinforce the fire/smoke resistance of the Control Room, providing to the extent practicable, two (2) hour separation and smoke resistant firestopping and penetration seals throughout the established compartment. The detection system will also activate a smoke control pressurization system to retain tenability of the control room environment and facilitate safe egress. Tenability of the control room shall be based upon a minimum thirty (30) minute assumed period for operator coordinated remote safe shutdown of major equipment systems and ninety minutes of protected egress. c.Provide a pressurized enclosed fire/smoke protected means of egress from the Control Room of two (2) hour rated construction. The egress path will be pressurized by a signal from the FACU. d.Provide foundation for future fire/life safety phased upgrades in order to minimize the need to replace newly installed components and to accommodate expandability particularly for the fire detection system. The new detection system will provide detection and alarm in the control room per the Design Basis. Future upgrades will provide additional detection and annunciation throughout the powerhouse. Future expansion of the system will require minimal changes or replacement to accommodate expanded detection and alarm functions. 2.OBJECTIVES. The first step USACE-Portland seeks to select a Manufacturer design of the fire protection and life safety systems at Bonneville Powerhouse 1. Manufacturers shall provide complete design information of the manufacturers most suitable fire detection system including a FACU and detectors as noted in the Design Basis and other documentation. The design shall include, but is not limited to: a.Drawings showing location and arrangement of all components in accordance with NFPA 72 requirements. b.Detailed design of FACU showing components and layout. c.All details of the personal computer interface shall be provided with LCD monitor and tilt-out keyboard/mouse interface in a new cabinet adjacent to the existing security control console. The location will be coordinated with plant operations management. The computer shall allow programming of the system and status reporting. d.All doors in designated fire walls will be equipped with automatic magnetic releases. e.Aspirating smoke detector installation drawings including air flows, hole sizes and detailed layout of the system. 1)For fire protection for large volume areas, particularly those with irregular or high ceiling configurations; locate the detection panels strategically in accessible locations for maintenance and testing access. Strategic locating of detection panels reduce the time required for testing detectors as well as facilitates access without the need for special ladders or scaffolds. The unit is adjustable to accommodate the high air flow environment of galleries and other local conditions to ensure a sensitive, yet reliable credible smoke profile for early warning. 2)The configuration of zones shall be arranged to coincide with future phases of fire/smoke rated separations and eventual boundaries of automatic fire protection. 3)Sample ports for the ASD shall be located at the ceiling level and adjusted to accommodate deep beam pockets, around floor openings or hatches, as well as open stairways. 4)Air sampling within the same detection zone shall be provided at fan inlets to enhance the capability to sense smoke under high air flow and turbulent air volume mixing conditions. 5)Additional sample points shall be provided under cable trays, pipe racks, or other obstructions where the smoke pattern may be shielded or deflected away from the ceiling level sample ports. 6)Supplemental air sampling is provided at door opening to each turbine pit and at the personnel door to the generator barrel. f.The manufacturer shall describe the method used to model and arrange detection activation set points based upon prevailing environmental conditions and type of smoke generated from the probable credible fire conditions, based upon occupancy. In the event preaction or other forms of clean agent automatic protection are later to be provided for a zone, the impacted ASD system shall be capable of being reprogrammed with both an alarm and a releasing set point to interface with the fire protection system releasing panel or card. g.Spot type smoke detection shall be provided where discrete addressable identification for small areas is needed. This includes the offices and corridors associated with Elevation 95 and small rooms adjoining the control room. h.Spot type detection shall be provided at entry points to the control room and its egress stairway and vestibule to provide positive proof of smoke to automatically activate the smoke pressurization control system. i.Smoke detection and manual pull stations within the following areas will interface for shutdown of control room air handling systems, fire/smoke dampers, magnetic release automatic door closure, and activation of the smoke control system within the control room: 1)Detectors within 10 ft of the control room entry doors, 2)In the adjacent telephone and computer rooms, 3)In the lavatory, break room, and janitor's closet, 4)In the control room egress vestibule. j.Aspirating type multi-port ASD or addressable high sensitivity laser detectors are used inside control consoles and terminal cabinets to provide early detection to facilitate prompt operator identification and potential manual fire control in tight cabinet configurations where passive detection may have a delayed response to early stage of smoke development. k.Manual alarm shall be provided by means of strategically located manual fire alarm pull stations. Actuation of manual pull stations will provide alarm at the control room only. Manual pull stations shall be provided at the following locations: 1)All entry doors to egress stairs 2)Exits to the control room 3)At each elevator landing 4)Personnel exits to the outside of the powerhouse 5)At the entry to each gallery. l.Design Calculations for FACU battery system, ASD air flows, and all components requiring calculations for design. m.Descriptions of Source Code of control system and data transfer issues. n.Provisions for connection to alarm and system status interface with the fire suppression system releasing panels. 1) Generator carbon dioxide fire suppression 2) Outside transformer deluge fire suppression 3) Local area automatic sprinkler water flow alarm monitoring and manual isolation control valve tamper monitoring 4) Fire water distribution piping manual isolation control valve tamper monitoring 5) Fire pumps and jockey pump function status and manual isolation control valve tamper monitoring o.Addressable smoke detection shall be provided at each elevator landing, hoistway, and associated machine room as required by codes and standards. Where such detection and associated elevator recall is provided by others at the time of Phase A installation, the associated fire alarm sub-control panel alarm and trouble monitoring functions is to be interfaced to the FACU. p.The control room operator has the ability to acknowledge and silence all alarms. q.Addressable smoke detection is provided in addition to area detection outside of the pressurization zone boundary. This is done to assure that the smoke pressurization system and its associated safe shutdown features is activated only when it is confirmed that smoke directly exposes the control room or stairwell. The smoke control pressurization system (and future fan/damper shut down of HVAC systems) will be controlled from the FACP. Actuation of the pressurization system is achieved by either: 1)Manual activation at the smoke pressurization system panel prescribed by NFPA 92A and located at the wall supporting the fire alarm control panel, 2)Any one of the spot type active or laser smoke detectors located within 10 ft of the egress doors from the control room, 3)Any one of the spot type active or laser smoke detectors located within 10 ft of the elevator landing at each floor 4)The spot type active or laser smoke detector located at the control room vestibule, ASD, active or laser spot type detection within each of the terminal cabinets on Elevation 65ft directly below the control room, 5)The sequence of operations from either manual operation or actuation of the specified addressable detectors identified above is in the following order: i) Alarm indicated at the FACU, control room CPU and monitor, and remote annunciator ii) Control room HVAC fans will shut down. iii) Combination fire/smoke dampers for the control room HVAC system will close. iv) All magnetic door closer devices for the control room doors will de-energize and the doors will close and latch. v) Elevator 1 will go into recall mode (Primary return to Elevation 55 ft with Secondary Recall to Elevation 95 ft in event of fire detected at Elevation 55 ft or lower elevations). vi) After a ten (10) second delay to permit HVAC shutdown, door and damper closure; the smoke control fan will activate. r.Component cut sheets showing details of each component installation and maintenance. s.Price sheet with current prices for each proposed component. t.Construction narrative to describe how the system will be installed. u.Construction schedule for installation of the system. v.Life cycle cost estimate. w.The Manufacturer Representative to attend a site inspection of the proposed installation. 3.SERVICES TO BE PROVIDED. Under this Request, the Manufacturer shall develop a fire detection system design for the Bonneville Dam Powerhouse 1. The work shall provide application engineering design of the complete fire detection system including all control panels, detectors, and associated equipment. a.Drawings. The Manufacturer shall provide basic system design drawings per NFPA 72 for the detection system described in the government provided Design Basis. The Manufacturer shall include in the drawings all components shown on the information drawings provided. The new fire detectors shall utilize proven NFPA 72 compliant detection methods. Early warning of developing fires will allow the operator time to shutdown generating units and evacuate the control room. The design shall include air-sampling type smoke detection for specific identifiable hazards. A registered Fire Protection Engineer shall provide the design for the fire detection system. b.FACU Design. The Manufacturer shall provide all details needed for a FACU which will provide control of the fire detection system outlined in the government provided Design Basis. A registered Fire Protection Engineer shall provide the design for the fire alarm system. The design shall be complete and in sufficient detail to order all necessary components. c.Component Cut Sheets. The Manufacturer shall provide all model and part number information for all proposed equipment. Proposed parts shall be easily identified and include detailed installation and maintenance instructions. All ancillary equipment shall be shown and information on model and part number shall be included. d.Price sheet. To support a Government-developed cost estimate, the Manufacturer shall provide quantity computations and reflect the design level scope of work. The quantities shall be provided in a single electronic file using Microsoft Excel. Spreadsheet tabs shall be used to separate the differing types of major work items or systems. The quantities shall be traceable back to the supporting design documents. Each major quantity shall be neat-line developed as much as practical (no waste, excess or contingency). The quantities shall be referenced back to the scoping documents such as plans and drawings. Major quantities shall include the major assumptions that support the quantities. Quantities and calculations within the spreadsheets shall show dimensions such as length, width, thickness, diameter, volume, weight, etc. Use or application of lump sum and/or allowances shall be kept to a minimum. Any lump sums or allowances used shall include assumptions, reasons for not using individual quantities, parametric basis or comparison backup and shall only represent minor elements of the work item or system. e.Construction Narrative. The price shall include a construction narrative. The narrative shall define the parameters upon which the cost estimate has been prepared to support the project scope and schedule. The Manufacturer shall prepare narratives for each work item which explain how the estimator envisions the construction work to be accomplished. The narrative should describe the project requirements that must be performed in sufficient detail to give a clear understanding of the scope of work including special problems that will be encountered, site conditions affecting the work, reasons for selection of the major plant and equipment, assumptions made for mobilization and demobilization of all equipment, and the reasons for unusually high or low contingencies. All major cost elements and assumptions made in the estimate shall be noted at the general level, major folder levels, and cost levels. The narrative shall discuss the anticipated construction contract plan for coordination with the manufacturer, addressing the time frame likely to be required to complete the proposed work. The narrative shall present rationale for crew composition and production rates for major cost items. f.Construction Schedule. The Manufacturer shall develop construction schedules utilizing industry accepted software programs. The schedule must include applicable Lands and Damages, Relocations, Environmental Compliance, Engineering and Design, Mitigation, and Planning elements of the project. g.Aspirating Smoke Detector. The Aspirating smoke detector design shall use sampling pipe with multiple holes. The air samples shall be captured and filtered, removing any contaminants or dust to avoid false alarms and then processed by a centralized, highly laser detection unit. If smoke is detected, the systems alarm is triggered, and signals then are processed through centralized monitoring stations within a few seconds. ASD system shall actively draw smoke to the detector. Furthermore, ASD systems incorporate various levels of integrity monitoring to ensure an alert is raised at any time the ASD's ability to detect smoke is compromised. All set points including trouble, warning and alarm shall be clearly noted and all set points shall be included in the design. h.Design Calculations All design calculations used to develop the final system shall be submitted. Examples include but are not limited to battery calculations, voltage drop calculations, air flow calculations, system size calculations. i.Source Code of system. The Manufacturer shall describe the intended code to be used for the system. The description shall include what equipment the system will be running on, how the code is installed and maintained and estimated life cycle requirements of the code. j.Life cycle cost estimate. The Manufacturer shall develop a basic life cycle cost estimate which includes the design service life of the equipment, estimated annual maintenance costs, training costs, operation and maintenance manuals and training, and all other costs of the equipment over its installed life. k.Site Visit. The Manufacturer Representative shall attend a site inspection of the proposed installation. Manufacturer shall coordinate with USACE for access to powerhouse. Access is limited and it is essential that contact information is submitted in a timely manner to ensure problems are resolved expeditiously. 4.SPECIAL REQUIREMENTS a.Security of Government Estimates. The Cost Engineer shall ensure the protective marking "FOR OFFICIAL USE ONLY (FOUO)" is properly applied to all pertinent documents in accordance with AR 25-55. Access to the estimate and its contents shall be limited to only those personnel whose duties require an essential need to know. Quotations on material prices shall be kept confidential and any request for information and price in the estimate shall not be provided until approval has been given by the commander or designated authority. The Freedom of Information Act does not generally require that information contained in a Government estimate be released. This policy is necessary because the estimate contains sensitive information, the release of which could compromise cost estimates for future procurements and the possibility that an individual project might be re-advertised or negotiated. Cost information shall only be used for government evaluation of proposed system and shall not be released to vendors or contractors. b.GOVERNMENT FURNISHED ITEMS. The U.S. Army Corps of Engineers (USACE), Portland District (CENWP), will provide all available information applicable to the assignment (Existing Plans & Specs, Design Basis documents) in a timely manner. This procurement is open to both small and large business concerns. The NAICS Code is 335990 and the small business size standard in number of employees is 500. Interested business concerns must be enrolled in the Central Contractor Registry (CCR) at www.ccr.gov to conduct business with the Department of Defense. A Request for Proposal (RFP) utilizing the Best Value method will be issued. Evaluation criteria will be provided in the solicitation. The solicitation for this project will be issued in electronic format on/or about 1 February 2012 with a proposal due date 30 - 45 days after issuance; a notice and link to download this solicitation will be available via Federal Business Opportunity (www.fbo.gov). Interested parties must be registered in FBO to download the solicitation information. Interested parties are responsible for checking the referenced websites for any update(s). The Government is not responsible for any loss of Internet connectivity or for any parties' inability to access the document posted at the referenced websites. POC for this procurement is Stephen Yoder (503) 808-4613, stephen.m.yoder@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-12-R-0013/listing.html)
 
Place of Performance
Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN02657997-W 20120122/120120234205-0870df70e6738fa677b646cbcc9f3bd3 (fbodaily.com)
 
Source
FedBizOpps 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.