Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 12, 2015 FBO #5102
SOURCES SOUGHT

Z -- Equipment Availability for In Situ Turbine Runner Repair

Notice Date
11/10/2015
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R16PS00024
 
Archive Date
12/23/2015
 
Point of Contact
Richard Beeman, Phone: 801-524-3653
 
E-Mail Address
rbeeman@usbr.gov
(rbeeman@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
The United States Bureau of Reclamation is hereby soliciting information pertaining to potential sources for automated welding and machining equipment. The purpose of this feasibility study is to evaluate automated welding and machine equipment and operations for use in weld and recontour repairs on an ASTM A743 CF-3 stainless steel hydroelectric turbine runner. The turbine runner is in operation at Flaming Gorge Hydroelectric Dam near the town of Dutch John, Utah. The repair would be performed in situ without physically disassembling each unit, leaving the welding operations in an overhead configuration. Other aspects of the repair would be machining a contour change into the turbine runner. Each individual work area would be less than 75 in2 (483 cm2) repeated seventeen times in an angular pattern around a conic section 46 in (117 cm) at the largest diameter on the unit. The potential contractor would be an expert in and have substantial experience with the development and utilization of automated welding and machining equipment. It would be anticipated that the contractor would assemble a team having the appropriate technical expertise and experience, to develop a set of custom equipment components. A potential order of operations for the repair would be similar to: - Using computer aided design software, develop a revised contour surface mesh of the area around and immediate to the existing damage. - Design, build and install a structural operation platform beneath the turbine runner on which to fix the automated equipment. - Install automated equipment. - Enter the datum and necessary code for the automated equipment to perform repair operations. - Machine the damaged area to a known geometry, as well as remove excess material pertinent to any contour changes. - Lay in weld material to rebuild the profile pertinent to any contour changes. - Machine excess material to form a final revised contour. - Dynamically balance the rotating assembly. - Enter the datum and necessary code for the automated equipment to deposit augmenting material. - Lay in weld to augment material for balancing. - Machine excess material to achieve final dynamic balance. - Remove all repair equipment. Aside from the operational envelope, 101 in (40.8 cm) in diameter by 84 in (33 cm) tall, a major limiting factor would be the access portal to the operational envelope. This work area would be accessed through a trapezoidal opening 30 in (76.2 cm) tall, with a 25.75 in (65.4 cm) width at the bottom and a 22 in (55.9 cm), width at the top. Therefore, the necessary equipment would need to be able to be configured so as to pass through the access portal. If the access portal size creates an absolute operational barrier there would be the potential of increasing the opening size, in turn include in any offering, the smallest access portal size necessary within the cost estimate. The access would be at the end of a 15 ft (4.5 m) gallery. Any large peripheral operational items, welding equipment cabinets, or remote consoles would need to have at least 25 ft (7.5 m), of lead for the cables and controls. Any standardized power requirements would be considered. A site visit for interested parties will be held on November 18,2015, from the Flaming Gorge Visitor¿s Center at Flaming Gorge Dam, Dutch John, UT, beginning at 9:00 AM Local Time. Participants planning to attend the site visit must send the company name, and name of attendees, in writing, to: Robert Branch. FG- Flaming Gorge Field Division 5995 Flaming Gorge Field Division Dutch John, UT 84023 Email: rbranch@usbr.gov at least three (3) days before the date of the site visit. Interested offerors/vendors having the specialized equipment to meet any or all of the above requirements should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. It is not sufficient to provide only general brochures or generic information. Responses must include the following: 1) Company name and address 2) Business size classification (Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) including the number of employees and the number of years in business 3) Provide information demonstrating your technical capability to deliver equipment suited to the requirements described above and the details of the automated welding and machine operation. In addition submit a maximum of 5 government or commercial contracts in the last 5 years demonstrating your relevant experience; In addition to the description of the contracts also include contract numbers, contract type, dollar value of each procurement, and point of contact ¿ address and phone number; 4) Include a Rough Order of Magnitude (ROM) cost estimate for any proposed equipment or services integral to the repair listed above. Identify major cost drivers that impact this ROM including the cost of any proposed equipment, the cost of any training for the operation of equipment beyond standard computer aided design (CAD) or computer numerical control (CNC) equipment and software, as well as peripheral equipment requirements. 5) Include a summary of any unique contract conditions desired. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in ¿FedBizOpps.gov¿. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All inquiries or responses shall be submitted to: Bureau of Reclamation, Upper Colorado Region Attn: Richard Beeman, UC-841 125 South State Street, Room 8100 Salt Lake City, UT 84138 Electronic submissions via email are also acceptable at rbeeman@usbr.gov. Submissions must be received no later than December 8, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31e68bf731d533ca9fb0f02b3dbad031)
 
Place of Performance
Address: Flaming Gorge Dam, 5995 Flaming Gorge Visitor Center, Dutch John Ut, Dutch John, Utah, 84023, United States
Zip Code: 84023
 
Record
SN03943256-W 20151112/151110234840-31e68bf731d533ca9fb0f02b3dbad031 (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.