Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
SOURCES SOUGHT

61 -- MNA - 230kV Spare Transformer

Notice Date
9/5/2018
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
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
W912EF18RSS45
 
Archive Date
10/4/2018
 
Point of Contact
Andrew J. Sprys, Phone: 509-527-7232
 
E-Mail Address
andrew.j.sprys@usace.army.mil
(andrew.j.sprys@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources to Manufacture and Supply one new 230 kV spare single phase transformer at McNary Dam. McNary Dam replaced aging GSU transformers with new transformers designed, manufactured, and tested between 2004 and 2010. A critical spare initiative performed by HDC in 2012 indicated McNary Dam was the highest priority project in the Federal Columbia River Power System (FCRPS) to warrant purchase of a spare transformer. The spare transformer must be the same configuration and impedance as the existing transformers. The work includes review of the existing design, manufacturing, shop testing, delivery, post-delivery testing, and installation for long term storage in an existing spare vault. The spare transformer shall be a single-phase generator step-up (GSU) power transformer rated 40,000/53,333/66,667 kVA, 230 kV GrdY/132.8 kV high-voltage, 13.2 - 13.2 kV low-voltage, Class ONAN/ONAF/ONAF cooling. Other requirements include, but are not limited to the following. 1. Identical H-X, H-Y, and X-Y percent impedances as the existing transformer within the tolerances specified by paragraph Tolerances for impedance of IEEE STD C57.12.00, 2015 2. Identical interface to the existing powerhouse annunciation, control and power connections 3. Connect to existing ISO phase bus duct with no modification to existing system 4. Identical locations of: • Low-voltage bushings • High-voltage bushings • Neutral bushings • De-energized tap changer • Control panel • COPS tank location • Radiators and cooling fans 5. Overall similar electrical clearances to overhead conductors 6. Overall similar physical clearances to surrounding structures 7. Identical mounting as existing transformers including welded base with wheels and locking device 8. Identical high-voltage, low-voltage, and neutral bushings as the existing bushings. 9. Similar cooling fans and radiators that are interchangeable with the fans and radiators on the existing transformers 10. Similar quantity of oil as the existing transformers The North American Industry Classification System (NAICS) code for this project is 335311 and the associated small business size standard is 750 employees. This is not a solicitation. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. Firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you will be responding to the solicitation. 1) A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this scope, magnitude and complexity. 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. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work. 4) A statement of your firm's business size and type (Large Business, Women Owned Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Small Business, etc.). IF YOUR FIRM IS A LARGE BUSINESS, please indicate the approximate percentage of the work that you would expect to subcontract to small business concerns. 5) Name of firm with address, phone and point of contact. 6) CAGE Code and DUNS number or a copy of your System for Award Management (SAM) information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18RSS45/listing.html)
 
Place of Performance
Address: McNary Dam, 82790 Devore Rd., Umatilla, Oregon, 97882, United States
Zip Code: 97882
 
Record
SN05073789-W 20180907/180905231425-f20397993d5904cca68aa9f6aa3b26fe (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.