SOURCES SOUGHT
J -- Transformer Leakage Repair - Dale Hollow Powerplant.
- Notice Date
- 8/12/2013
- Notice Type
- Sources Sought
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-13-DALEHOLLOW
- Response Due
- 8/16/2013
- Archive Date
- 10/11/2013
- Point of Contact
- DAVID SMITH, 615-736-7933
- E-Mail Address
-
USACE District, Nashville
(david.a.smith3@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION, REQUEST FOR QUOTE (RFQ) OR A REQUEST FOR PROPOSAL (RFP). THIS REQUEST FOR INFORMATION IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. ANY COST INCURRED AS A RESULT OF THE ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY (PROSPECTIVE OFFEROR) AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS. PURPOSE: The U.S. Army Corps of Engineers, Nashville District is conducting this Sources Sought in support of Market Research to notify and seek potential qualified members of industry to gain knowledge of interest, capabilities and qualification, to include the Small Business Community, to perform repair work on transformers. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of set-aside decision to be issued will depend upon the responses to this sources sought. NO SOLICITATION IS CURRENTLY AVAILABLE. SCOPE: This Market Research/Sources Sought Notice is for information on capability and availability of potential contractors to perform services to repair oil leakage on two (2) transformers at the Dale Hollow Power Plant located in Celina, TN for the USACE Nashville District. GENERAL INFORMATION: The proposed project will be a Firm Fixed Price contract. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 335311, Power, Distribution, and Specialty Transformer Manufacturing. Small Business Size Standard in number of employees for this acquisition is 750. Interested parties must be registered in the System For Award Management (SAM), www.sam.gov. PROJECT DESCRIPTION: PART 1- DRAFT SCOPE OF WORK 1.1 PURPOSE There are two Outdoor 69 KV Main Transformers in the Switchyard that are leaking oil at many of the connection points between the oil coolant radiators and the main transformer housings due to degradation and failure of the existing gasket and/or leak sealant materials. The severity and extent of the leaks described in this SOW are approximate. It is the Bidder's responsibility to verify the existing conditions during a pre-bid site visit. 1.2 EXISTING CONDITIONS The transformers have been in service for at least 60 years, and it is believed that they contain the original gasket and/or leak sealant materials. There are eleven radiators attached to each transformer. Each radiator is attached to the transformer housing with an Upper and Lower 4- bolt Flapper Valve Flange. The actual and potential leak areas for each radiator are at the Upper Flapper Valve Flange, Upper Butterfly Valve Stem Packing, Lower Flapper Valve Flange, and Lower Butterfly Valve Stem Packing. Due to the age of the transformers, the Contractor's repair method shall not involve any full oil draining, vacuum process or other operations that will put additional stress on the units unless the Contractor stipulates in writing that they will assume all liability for correcting any damage or failure that occurs as a result of this additional stress. The Contractor shall assume that closing the Butterfly Valves may not hold-back the oil inside the transformers. Before the repair operation begins, USACE will take an oil sample from each transformer and perform a Dissolved Gas Analysis (DGA) test, and share the results with the Contractor. 1.3 GENERAL DESCRIPTION The work requires the Contractor to furnish all labor, equipment, tools, supplies, safety apparatus, personal protective equipment (PPE), spill prevention/containment equipment and materials, and any additional materials necessary to complete this project, which includes: The Contractor shall thoroughly clean and prepare each leak area for repair in accordance with the instructions from the Gasket or Sealant Manufacturer, and any applicable state and federal environmental compliance laws and recordkeeping requirements. The Contractor shall repair all existing and potential leak points by either replacing the existing gasket and/or leak sealant materials, or by drilling, tapping, and injecting the leak areas with a sealant that is specifically designed by the Sealant Manufacturer to be used with 69 KV Outdoor Main Transformers. The replacement or repair process shall be performed in accordance with the instructions from the Gasket or Sealant Manufacturer, and any applicable state and federal environmental compliance laws and recordkeeping requirements. If a Drill and Tap operation is performed, the Contractor shall remove the injectors after the injection is completed, and install Teflon-coated pipe plugs, or approved equivalent. The Contractor shall perform a Pressure Leak Test. The Contractor shall provide at least one work day advance notification to The Contracting Officer's Representative (COR) that this test will be conducted. The COR shall review the test for satisfactory results. If the results of the test are not satisfactory, the Contractor shall make additional repairs and perform additional testing as required until satisfactory test results are achieved as approved by the COR. The Contractor shall work carefully around the high voltage areas. The Contractor shall be responsible for abating, removing and/or disposing all excess materials, including existing and supplied gasket and/or sealant materials, shavings and residue from any drill and tap operations, and any spilled oil or materials contaminated or absorbed by spilled oil as a result of the Contractor's work, in accordance with all applicable state and federal environmental compliance laws and recordkeeping requirements. Upon completion of all leak repairs and satisfactory Pressure Leak Test results, the Government will take an oil sample from each transformer and perform a DGA test, and share the results with the Contractor. If the results of this test are not equal to or better than the initial test results as described in Section 1.2.3, the Contractor shall perform any additional replacement or repair operations and testing activities until such subsequent satisfactory DGA test results are achieved as approved by the COR. 1.4 ADDITIONAL REQUIREMENTS: Prior to performing any work, the Contractor shall visit the site to be thoroughly familiar with all details of the work and working conditions, to note existing conditions, to verify dimensions in the field, and to advise the COR of any discrepancies. The Contractor is encouraged to perform a baseline Pressure Leak Test prior to commencing oil leak repair operations. If the Contractor elects to perform this test, The Contractor shall provide at least one work day advance notification to the COR that this test will be conducted. The Contractor shall use only gasket and/or leak sealant materials that can easily be removed, using no special tools, at a later date if needed by USACE personnel. The contractor shall not use any gasket and/or sealant materials that require a curing or setting time such as that the transformers need to be out of service for more than 24 hours after application. USACE will not provide any Government-Furnished Equipment (GFE) to the Contractor. The Contractor shall have a minimum of five years of experience in replacing and/or repairing gasket and/or leak sealant materials on outdoor transformers. PART 2 - SUPPORTING INFORMATION 2.1JUSTIFICATION The transformers have been in service for at least 60 years, and it is believed that they contain the original gasket and/or leak sealant materials. The gasket and/or sealant materials have degraded to the point where there are numerous oil leaks from the transformers that drip in the switchyard. Due to the proximity of the switchyard to the Obey and Cumberland Rivers, it is necessary to repair these leaks to lower the environmental risk. Additional leaking has the potential to cause failure to the transformers due to overheating. Transformer replacement is cost-prohibitive with a minimum lead-time of six months. REQUESTED INFORMATION: Respondents interested in providing a response to this Sources Sought should submit information which clearly describes the following: (In A through H). A. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. B. DUNS number and CAGE code. C. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, or 8(a) shall be indicated on first page of submission. D. A Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work. This SOC should be a brief description of your company's capabilities. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. The potential bidders should provide brief references of relevant work they have performed and the magnitude. E. Joint venture information if applicable; existing and potential. F. Comments or recommendation to the project description. Please provide if any. G. Please indicate whether your firm will submit an offer for this project, if this project is set-aside. RESPONSES: Receipt of potential offerors responses shall be no later than 12 Noon CST on August 16, 2013. Responses to this sources sought may be faxed to the attention of David A. Smith at (615) 736-7124; mailed to U.S. Army Corps of Engineers, Nashville District, CELRN-CT, Room A680, 110 Ninth Ave. South, P.O. Box 1070, Nashville, TN 37203-1070; or send via email to david.a.smith3@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS NOTE: IF YOU DO NOT INTEND TO SUBMIT A BID ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-13-DALEHOLLOW/listing.html)
- Place of Performance
- Address: USACE District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
- Zip Code: 37202-1070
- Zip Code: 37202-1070
- Record
- SN03145376-W 20130814/130812234846-ec804115c424dd62e0f23ad7bb7e4dda (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 |