|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1999 PSA#2357Bureau of Reclamation, Lower Colorado Regional Office, 400 Railroad
Ave, Boulder City, NV 89005-2422 J -- GOVERNOR CONVERSION AT HEADGATE ROCK DAM POWERPLANT SOL
99-SQ-30-0005 POC Ms. Caryn Rotheim, Procurement Technician, at Ph:
(702) 293-8588; E-mail: crotheim@lc.usbr.gov WEB: Visit our web site
for this project's latest status,
http://www.lc.usbr.gov/~g3100/sup0005.html. E-MAIL: Submit requests by
e-mail, crotheim@lc.usbr.gov. The Bureau of Reclamation has a
requirement for performance of the work described below. The work is
located at Headgate Rock Powerplant, which is located one mile north of
the town of Parker, Arizona, approximately one mile west of state
Highway 95. The plant consists of three, horizontal, Kaplan type
hydraulic turbine-generators, originally rated 7,222 kVA each. The
existing governors are Woodward Governor mechanical-hydraulic, cabinet
actuator type, with air-over-oil 1,000 psi pressure tanks mounted
adjacent to the governor cabinets. Two servomotors operate the gate
ring while a blade servomotor controls the pitch of each of the three
Kaplan turbine runners. The plant was recently flooded which caused
irreparable damage to the governor PMG (permanent magnet generator)
speed sensing device. The governor cabinet was not damaged. The work to
be performed will include furnishing, modifying, installing, and
testing three digital governor conversions fully interfaced with
existing appurtenant devices and controls as follows: (1) Convert the
existing PMG to an SSG (speed signal generator) digital-hydraulic
governor. (2) Provide new interfaced digital control systems for the
turbine runner blade hydraulic servomotors and the wicket gate
servomotors. The existing pilot valves shall be retrofitted to be
compatible with the digital governor. The existing main hydraulic
distributing valves are required to be compatible with the modified
pilot valves. (3) An existing 3D cam provides the optimum relationship
between blade position, wicket gate position, and net head for each
unit. This control relationship shall be incorporated in the digital
controls of the converted governor. (4) The existing mechanical
feedback devices on the wicket gate servomotors and the blade
servomotor shall be replaced with digital position transducers and
shall provide input to the digital governor. The existing restoring
cables, sheaves, and associated hardware shall be disassembled and
removed from the actuator cabinet, cable chases, and servomotor pit
areas. (5) An X-Y generator shaft vibration monitoring system shall be
furnished, installed and tested as part of each new digital governor.
(6) A creep detection system shall be furnished, installed and tested
as part of each new digital governor. The Contractor shall interface
the governor conversion equipment with existing equipment and circuits,
including governor equipment, generator equipment, turbine equipment,
exciter equipment, and all associated buswork, cables, and conduits.
The integrity and operational capability of the existing equipment
being interfaced with shall remain unchanged. The Contractor shall
perform the work and coordinate with the manufacturers and suppliers of
the existing equipment to the extent necessary to ensure that
interfacing the governor conversion equipment with the existing
equipment does not void, modify, change, or replace any existing
equipment warranties. Also, the new equipment is required to be fully
compatible with all other existing equipment with which it interfaces,
so that the resulting modified system is complete and fully
operational. The digital control system shall provide sufficient
input/output (I/O) capability for interfacing new digital position
transducers, instrumentation, and speed sensing components and existing
turbine control board circuitry, annunciator/alarm system, and SCADA
(Supervisory Control and Data Acquisition) system without modification
to any existing system programs, equipment, and associated devices.
All governor outputs shall be consistent with maintaining existing
control circuits (e.g. SCADA operations, unit control, and unit
protection). The estimated issuance date of the Request for Quotes is
June 23, 1999. The work for this project is being acquired under FAR
Subpart 13.5 Test Program for Certain Commercial Items of the FAR. For
this acquisition the standard industrial classification code is 3511
and the small business size standard is 1,000 employees. This RFQ is
NOT set aside. Solicitation copies can be viewed without charge, after
issuance, from our web site at the following address:
http://www.lc.usbr.gov/~g3100/sup0005.html and at our office located at
the Bureau of Reclamation, Management Services Office, Nevada Highway
and Park Street, Annex Building, Room AA-104, Boulder City, Nevada
89005. Drawings will not be available from the web site. There is no
charge for one hard copy of the solicitation; additional copies are $5
each (nonrefundable). Copies of the RFQ may be requested (1) in
writing from the following address: Bureau of Reclamation, Lower
Colorado Region, Attention: LC-3116, P.O. Box 61470, Boulder City,
Nevada 89006-1470; (2) by fax to (702) 293-8499; or (3) by e-mail to
crotheim@lc.usbr.gov. Please provide a physical mailing address,
contact name, telephone and fax numbers, and e-mail address (if
available). Only written, faxed, or e-mailed requests received directly
from the requestor will be accepted. Posted 05/27/99 (W-SN336825).
(0147) Loren Data Corp. http://www.ld.com (SYN# 0040 19990601\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|