Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1999 PSA#2357

Bureau 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