Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2020 SAM #6770
SOURCES SOUGHT

99 -- McNary Station Service Units Upgrade

Notice Date
6/10/2020 3:51:54 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20RSS38
 
Response Due
6/25/2020 2:00:00 PM
 
Archive Date
07/10/2020
 
Point of Contact
Hillary A. Morgan, Phone: 5095277214
 
E-Mail Address
hillary.a.morgan@usace.army.mil
(hillary.a.morgan@usace.army.mil)
 
Description
McNary Station Service Units Upgrade The US Army Corps of Engineers, Walla Walla District is seeking interested offerors for a construction project entitled: McNary Station Service Units Upgrade. The construction will occur at McNary Dam in Umatilla County, Oregon. �This will be a firm-fixed-price construction contract.� Construction magnitude is estimated between $5,000,000 and $10,000,000, and 100% performance and payment bonds will be required. �The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $39.5 MIL. This sources-sought announcement is a tool to identify businesses with the interest in and capability to accomplish the work.� Please respond only if you intend to propose on this project when it is solicited in the future.� This is not a solicitation.���� Summary of Scope of Work: McNary�s station service units 1 and 2 are 3.75 MVA, 4,160 volt, 277 RPM Francis type hydro-generating unit built by Electric Machinery MFG Company circa 1950, located at McNary Dam, at edge of Benton County, Washington and Umatilla County, Oregon. The work described herein requires mobilization, pre-disassembly operational tests and measurements, hydraulic turbine generator unit disassembly, turbine runner disassembly, provide and install new stator cores and stator windings, new brushless exciter systems, new control circuits and annunciation/SER systems, �rehabilitation to supporting turbine runner components, turbine runner reassembly, hydraulic turbine generator unit reassembly, operational tests and measurements, demobilization, and other optional provisions. Electrical Summary: Generator repairs on Station Service Units at McNary Dam include replacement of the stator core and windings and accessories to include design, manufacture, shop test, and deliver one complete set of stator bars, stator core laminations and all accessories needed for a complete winding assembly, ensuring circularity for each unit.� Unit rotor repairs include cleaning, inspecting and testing the rotor. At the option of the Government, work would include reinsulating rotor field leads and refurbishing all rotor poles.� Excitation systems shall be removed and disposed of in compliance with state and federal requirements, and new brushless exciter systems installed and tested.� Existing control circuits and annunciation/SER systems shall be replaced with new control wiring with an annunciation/SER systems.� Clean and inspect disassembled components, including turbine and generator guide bearings with an option for refurbishment of the original station service units 1 and 2 bearings and spares. Remove and dispose the existing surface air coolers and furnish, install, and test new surface air cooler assemblies, associated piping, and valves. Remove and dispose the existing fiberglass air shrouds and install new air shrouds for stator end turns. Mechanical Summary: The turbine scope of work includes disassembly of the Francis units, non-destructive examination of runner components, wicket gate bushing replacement, wicket gate stem sleeves replacement, links and levers bushings, painting the head cover and ancillary parts, upper and lower runner seal ring replacement, shaft sleeves replacement, and packing box replacements.� Following the mechanical rehabilitation work, the units will require reassembly of the turbine, alignment, and commissioning. It is anticipated that the existing turbine runners will be reused and require minor repairs and painting. It is also anticipated that existing parts have lead based paint, and all work is required to comply with site operations, environmental protection, and safety and health provisions. 1) Submit 2 but not more than five project examples demonstrating relevant experience in designing, manufacturing, installing, and testing stator windings, stator cores, and brushless excitation systems, rehabilitating rotor poles on generating units, pre-disassembly operational tests and measurements, hydraulic turbine generator unit disassembly, and turbine runner disassembly described in the scope of work. (Include a point of contact name, phone number and email address with a statement or list of your firm's current or past performance.)� �Submitted project must be similar in price to the magnitude stated above.� 2) A statement of your firm's ability to self-perform a majority of the project (50% or more).� If subcontracting, state what percentage overall will be sub-contracted and what portions of the electrical/mechanical work would be subcontracted.� 3) A statement of your firm's bonding capacity and ability within the estimated construction magnitude listed above.�� 4) A statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), small business). Submit this information to Hillary Morgan, Contract Specialist, via email to Hillary.a.morgan@usace.army.mil. Your response to this notice must be received on or before 2:00PM on June 25, 2020. NOTE:� THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the government.� No reimbursement will be made for any costs associated with providing information in response to this RFI.� Any information submitted in response to this announcement is strictly voluntary.� The Corps of Engineers reserves the right to utilize any or all of the RFI response(s) in its planning efforts.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/59eeacbd7b664b85845d13d2e7572080/view)
 
Place of Performance
Address: Umatilla, OR 97882, USA
Zip Code: 97882
Country: USA
 
Record
SN05686662-F 20200612/200610230159 (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.