SOURCES SOUGHT
10 -- Kaplan Turbine Upgrades and Blade Pinning, Portland District: John Day Dam, U.S. Army Corps of Engineers (USACE).
- Notice Date
- 8/1/2014
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N14R0062
- Response Due
- 8/15/2014
- Archive Date
- 9/30/2014
- Point of Contact
- Kathryn Newhouse, 503-808-4620
- E-Mail Address
-
USACE District, Portland
(kathryn.a.newhouse@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this sources sought. This is not a solicitation or a Request for Proposal (RFP) and no contract shall be awarded from this sources sought. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Portland District (USACE-NWP) has been tasked to solicit and award this procurement under a competitive, fixed-price contract. The type of solicitation to be issued will depend upon the responses to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Description of Services: Background Several main Kaplan units at John Day Dam have experienced runner hub linkage failures in recent history. When a linkage failure has occurred, the Government has welded blocks to the hub to hold the blades in a fixed position. The turbines are Kaplan type manufactured by Baldwin-Lima-Hamilton (BLH) and the generators are manufactured by General Electric (GE). The runners have a 312 inch diameter. Kaplan Repair Work The anticipated work includes replacing internal hub linkage components with Government furnished parts in a maximum of units and replacing internal hub linkage components with Contractor furnished parts in two units, which will require complete disassembly of the main units and turbine runners. Since the unit will be disassembled for the replacement of hub components, provisions are included to inspect and refurbish other turbine and generator components. The work described herein requires mobilization, pre-disassembly operational tests and measurements, hydraulic turbine generator unit disassembly, turbine runner disassembly, BLH internal component replacement and repair, turbine runner reassembly, hydraulic turbine generator unit reassembly, reassembly operational tests and measurements, demobilization, internal hub component procurement, and other optional provisions. Optional provisions will include, but not be limited to, wicket gate servomotor refurbishment, wicket gate mechanism refurbishment, and thrust and guide bearing refurbishment. Internal Hub Components The anticipated work includes repair of the first and second units using Government furnished internal hub components. Some of these components will have a machining allowance and will require final machining after field measurements have been taken. The third and fourth units will be repaired using Contractor furnished internal hub components. These components shall be procured by the Contractor and be delivered in such a way as to not delay the repair work. These components include, but are not limited to, blade bushings, operating rod bushings, eye ends, pins, pin bushings, link plates, and other linkage components. Additionally, a full set of internal hub components shall be procured by the Contractor. This set will become a spare set of components for the Government and shall be delivered prior to completing the repair of the fourth unit. Blade Pinning (Optional) There are anticipated to be options to permanently pin the blades of up to three runners. The pinning operating will not require disassembly of the main units. Requirements are included for all equipment, labor, materials, and work required to seal the packing of the Kaplan turbine blades, position all blades at the specified angle, test the seals, and install blade pins. Some Government furnished equipment will be available for Contractor use. The official Synopsis citing the solicitation number will be issued on the Federal Business Opportunities website, www.fbo.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Responses to this sources sought shall include the following information: 1. Firm's name, address, point of contact, phone number, and email address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity, include comparable work performed: Three (3) examples with a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. 4. Firm's business category and size. 5. Firm's responding to this source sought announcement, which fail to provide the above requested information, will not be used to assist the Government in the acquisition decision, the intent of this sources sought announcement. Interested firms shall respond to this sources sought no later than 15:00 hours Pacific Standard Time (PST), 15 August 2014. All interested firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award and may call 1-866-606-8220 or visit the website www.sam.gov for more information. The USACE-NWP Contracting Office will be the sole point of contact for this action. E-mail responses to the Primary Point of Contact, Mr. Michael Pearson at michael.d.pearson@usace.army.mil. E-mail is the preferred method for receiving responses to this sources sought. The North American Industry Classification System (NAICS) code for this requirement is 811310 -- Commercial and Industrial Machinery and Equipment Repair and Maintenance. The size standard is $7.5M. The Product Service Code (PSC) is J028 - Maintenance and Repair of Engines, Turbines and Components. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at carol.a.mcintyre@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N14R0062/listing.html)
- Place of Performance
- Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
- Zip Code: 97208-2946
- Zip Code: 97208-2946
- Record
- SN03446343-W 20140803/140801234425-edd381efd76e7a2a440ef56f208656c4 (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 |