Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2014 FBO #4529
SOURCES SOUGHT

Z -- Lower Monumental Unit 1 Rewind, Linkage, and Cavitation Repair and Unit 2 Cavitation Repair

Notice Date
4/17/2014
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-14-R-SS37
 
Archive Date
5/5/2014
 
Point of Contact
Phyllis Buerstatte, Phone: 509-527-7211
 
E-Mail Address
Phyllis.L.Buerstatte@usace.army.mil
(Phyllis.L.Buerstatte@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation. This Sources Sought Announcement is for the purpose of identifying firms, including small business concerns, who are capable and interested in offering a proposal on this project to perform rewind and cavitation repair work on hydropower generators at Lower Monumental Dam in Kahlotus (Franklin County), Washington. The U.S. Army Corps of Engineers, Walla Walla District is seeking sources for a construction project titled, Lower Monumental Unit #1 Rewind, Linkage, and Cavitation Repair and Unit #2 Cavitation Repair. This will be a fixed-price construction contract with a construction magnitude expected to be between $10,000,000 and $25,000,000. The performance period is expected to be 90 weeks after the contractor is given notice to proceed with the work. Performance bonds in the amount of 100% of the contract price are required. Responses to this announcement are due no later than close of business on 02 May 2014. Generator Unit #1 experienced a runner hub linkage failure. When the failure occurred, the Government welded blocks to the hub to hold the blades in a fixed position. The work covered in the upcoming solicitation includes replacing internal hub linkage components with new Government-furnished parts. This will require complete disassembly of the main unit and turbine runner. Since the unit will be disassembled for the replacement of hub components, provisions are included to inspect and refurbish other turbine and generator components. Repairs will include cavitation repair of the Unit #1 blades, hub, and discharge ring, as well as a repair of cavitation damage to Generator Unit #2 runner. Unit #2 cavitation repair will be performed in-place (turbine/generator not disassembled). The turbines are Kaplan type, manufactured by Baldwin-Lima-Hamilton (BLH), and the generators are manufactured by General Electric. The contractor will also supply one new stator winding with accessories; supplying one new stator core, removing the old stator winding and stator core from Unit #1, installing the new stator core and new winding and accessories, and supplying spare parts. Unit #1 is a 142,105kVA, air-cooled, vertical hydro generator. Information from firms who respond to this announcement by submitting a statement addressing their experience and past performance will be used in the Government's determination of whether to set-aside this requirement for small business or open it to unrestricted competition. Interested parties must respond to this sources sought announcement in writing, indicating their experience (what your firm did) and past performance (how well your firm did it) rewinding generators of the approximate size of the ones at Lower Monumental Dam and performing cavitation repairs on turbines of this type, including in-place cavitation repair. Please state, for at least two relevant projects, the type of work done, the size of the unit(s), and the time period during which the work was done. State whether your firm was the prime contractor or a subcontractor on each project. Include information on your firm's business size (large, small, HUBZone, service-disabled-veteran-owned, woman-owned, small disadvantaged business). The NAICS code for this work is 237990, and the small business size standard is no more than $33,500,000 in average annual receipts. Please also include your firm's DUNS number and bonding capacity. Email your response to Phyllis.L.Buerstatte@usace.army.mil by close of business on May 2, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-14-R-SS37/listing.html)
 
Place of Performance
Address: Lower Monumental Lock and Dam, Kahlotus, Washington, 99335, United States
Zip Code: 99335
 
Record
SN03341259-W 20140419/140417234711-2b1ad01a75ddcbe6efe8052d16729e06 (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.