Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2019 SAM #6572
SOURCES SOUGHT

Z -- Unit 1 and 2 Turbine/Generator Rehab, Philpott Powerhouse

Notice Date
11/25/2019 10:41:44 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127820L0014
 
Response Due
12/10/2019 12:30:00 PM
 
Archive Date
12/25/2019
 
Point of Contact
Joan Rensink, Phone: 2514416172, Laura R. Knight, Phone: 2516943735
 
E-Mail Address
joan.a.rensink@usace.army.mil, laura.r.knight@usace.army.mil
(joan.a.rensink@usace.army.mil, laura.r.knight@usace.army.mil)
 
Description
Solicitation Number: W9127820L0014FSC Z2PZ Repair of Alteration of Other Non-Building FacilitiesNAICS: 237990 - Other Heavy and Civil Engineering ConstructionSubject: Unit 1 and 2 Turbine/Generator Rehab at Philpott Powerhouse in Basset, VAThis is a Sources Sought Synopsis in support of market research being conducted to identify potential contractors. The U.S. Army Corps of Engineers, Mobile District, anticipates soliciting a requirement for a firm-fixed price contract. The intent of the requirement is to perform all work required to rehab two hydroelectric generating turbine units at Philpott Powerhouse, Basset, VA. The contractor shall be responsible for field verifying existing drawings and creating as-built drawings. The contractor shall furnish all labor, material, and equipment to perform this work in strict accordance with the detailed requirements of the Scope of Work (SOW) specifications and associated drawings. The work described within these specifications shall include, but not necessarily be limited to the following:Perform all work required to comply with the site operations, environmental protection, and safety and health provisions. Perform all work required for painting including lead-based paint removal and disposal. Perform all work required for miscellaneous welding, machinist, electrician, and other skilled craftsman hire. Replace draft tube man door. Replace mounts for turbine maintenance platform (TMP). Design, manufacture, prepare, and load for shipment, deliver f.o.b. destination, and unload the Francis turbine runner and appurtenances. The runner design will using computer aided turbine design and numerical flow simulation methods, and evaluation techniques. Design, manufacture, prepare, and load for shipment, deliver f.o.b. destination, and unload the wicket gates. The wicket gate design will using computer aided turbine design and numerical flow simulation methods, and evaluation techniques. Disassemble generating unit by removing rotating and stationary components and related ancillary systems. Perform alignment investigations and provide recommendations. Analyze and provide recommendation on the wicket gate mechanism component and shear linkage design. Inspect and refurbish, or replace miscellaneous turbine and generator mechanical components and piping including but not limited to: brake cylinders, brake rings (option), wicket gate shear linkages, runner wearing rings, turbine shaft packing box and gland, wicket gate packing boxes and glands, servomotor, seals, runner coupling bolts, and other components as specified. Disassemble, inspect, and refurbish the gate shaft and operating ring. Replace all greased bushings with self-lubricating and rehabilitate or replace all mating journals and running surfaces to stainless steel. Work shall include line boring of the bottom ring and head cover bushing housings and bushings. Remove grease lines, plug holes, and equipment. All grease lines and equipment will remain property of the Government. Perform draft tube liner inspection and repair. Replace generator air coolers and size appropriately to the uprated generator. Inspect turbine and generator guide bearings and generator thrust bearings with option for refurbishment. Inspect thrust bearings with option for refurbishment. Supply and install RTDs for each bearing shoe for the Thrust and Generator Guide Bearings. Replace cooling and packing water piping 1 ½" and smaller (steel) or 3" and smaller (copper). Remove existing generator fire protection system (high pressure CO2) and replace with new low pressure CO2 system. Reassemble generating unit with a new turbine runner and appurtenances and other rehabilitated and replacement components. Clean turbine pit, generator, and work and storage areas used by the Contractor. Dispose of (recycle) grease, etc. Perform complete alignment of the turbine/generator unit. Perform pre and post operational tests on the generating unit. Design, manufacture, and perform voltage endurance testing on four (4) total prototype coils (only required for first unit). Design, manufacture, shop test, prepare and load for shipment, deliver f.o.b. destination, and unload one complete set of stator coils and all accessories specified herein. Furnish new stator core. Replace the rotor field poles. Replace the existing pole bodies, remove the existing field coil insulation, reinsulate the existing field coils, assemble the reinsulated field coils with the new pole bodies, install new amortisseur winding, and reinstall pole assemblies on the rotor. Replace the field lead bus stand-off insulators from the slip ring to the field winding. Inspect and test the rotor. Install and test new stator winding and accessories specified herein. Remove existing and install new stator cores. Rewind rotating exciter armature. Reinsulate rotating exciter field winding. Refurbishment of collector rings and replacement of brushes, and brush holders. Supply spare parts. Perform generator special field tests. Perform start-up, commissioning, and testing of the generator. Perform electrical equipment/wiring removal and installation including replacement of cable, wiring, gauges/meters, miscellaneous relays, and RTDs within the air housing, turbine pit, and associated with all bearings as required and directed. Have asbestos abatement performed as required for disassembly of the unitsThis is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor’s responsibility to monitor the Government Point of Entry for the release of any solicitation.This Sources Sought Notice is not to be construed as a commitment by the USACE, Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement.The purpose of this sources sought notice is to determine the availability of qualified small business contractors to perform these services and to determine socioeconomic classifications (Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 237990, the small business standard for which is $39.5 million.Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions.RESPONSE INSTRUCTIONSResponses are requested with the following information on the face page:1. Contractor’s name, address, primary points of contact with telephone numbers, e-mail addresses, Cage code and Dunn and Bradstreet number.2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, Large Business Concern, etc.) shall be indicated on first page of submission.3. Capabilities Statement on how the company can provide the services stated within the drafted Scope of work.4. Statement on how the company handles contracts that includes asbestos abatement.5. Describe no more than (3) similar projects for like services as described above. Provide the project name, description, location, overall dollar value, date services completed or percentage of completion. The above requested information shall not exceed a total of eight (8) pages on 8.5" x 11" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Responses are due no later than December 10, 2019, 2:30 p.m. CDT. Responses received after this date and time may not be reviewed.Responses shall be submitted via email to Joan A. Rensink, Contract Specialist, at CTHYDRO-PROPOSALS@usace.army.mil. In the subject line of your email state: W9127820L0014 Response to Unit 1 and 2 Turbine/Generator Rehab at Philpott Powerhouse. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/27ea7d3e84144224a65b399d5b0d4965/view)
 
Place of Performance
Address: 4872, VA, USA
Country: USA
 
Record
SN05503431-F 20191127/191125230301 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.