Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2003 FBO #0724
MODIFICATION

Y -- Nasiriya, IRAQ, New Generation, Baghdad Grid

Notice Date
11/19/2003
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
DACA78-03-D-0006-0002
 
Response Due
11/21/2003
 
Archive Date
1/20/2004
 
Point of Contact
John Szep, 904-232-1131
 
E-Mail Address
Email your questions to US Army Engineer District, Jacksonville
(John.G.Szep@saj02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This notice is sent on behalf of the Perini Corporation, currently working under Contract DACA78-03-D-0006-0002 in Iraq. They are seeking mechanical and electrical subcontractors preferably with Middle East experience. Subcontractors are needed immediate ly. The scope of the task order is as follows: Provide all design, procurement, and construction services for two new 125MW generators and one new 40MW generator, all of which will be located at the existing Nasiriya power station, or at a nearby alternate site. Perform all necessary site preparation a t each of the two new generating facilities, including placement of the manufacturers recommended generator and electrical switchgear support structures, the installation of secondary fuel containment and fuel storage facilities. Provide all labor, materia ls, and supplies necessary for unit start up, commissioning, training and transfer to the Ministry of Electricity. The generators shall be equipped with automatic synchronizers and all applicable protective devices for connection to the energized national grid. All installed equipment shall be capable of full-load operation in outdoor environmental conditions expected in Iraq, including extremely hot temperatures and blowing sand/dust. The layout and design of the works shall incorporate features to provide appropriate levels of security for both construction and long-term operation, in accordance with Corps of Engineers guidance. This scope of work is for the design, procurement and construction of the two associated generating facilities projects (construction of B power station, construction of C power station) necessary to increase power-generating capability at or near the Nasa riyah power station. This scope of work consists of preparation of engineering documents, including calculations, drawings, specifications, and cost estimates, plus procurement and construction works, commissioning, one months operation, and turning facili ties over to the long-term operator. The work to be carried out shall include, but not be limited to, the following contractual requirements: (1) Design and construct a lay down site adjacent to the Nasiriya power station. This lay down site will be utilized as staging area and must include a security fence. Provide all plant and labor required to receive, off load, inventory and secure supplies , materials and equipment delivered for installation of two BHEL Frame 9 generators originally purchased by UNDP for use at Ramalia but diverted for use at the Nasiriya power station. Similarly, receive, off load and securely store the Frame 6 generator se t and associated equipment purchased from BTEC. Maintain secure storage of this equipment; then forward the equipment to the power station sites at appropriate times for incorporation into the orderly construction of the power plants. (2) Perform necessary engineering studies, conceptual design work, and detail design and engineering services, to accomplish the following milestones for the B Station (1 x Frame 6B) and C Station (2 x Frame 9Es): Site selection, Soils testing complete, Site Preparation complete, Excavations complete, Concrete works complete, Generator sets on foundations, and Synchronization. (3) Perform the appropriate layout and other engineering studies, and provide technical support to the Corps of Engineers in inves tigations of the electricity transmission, means of gas and oil supply, availabilities of suitable quantities of fuel, and other infrastructure issues. Make recommendations, for CoE approval, as to the locations and layouts for a new 40 MW nominal capacity B power station, using the Frame 6 gas turbine currently on order from BTEC, and for a new C power station, using the two Frame 9E 125 MW gas turbines previously purchased by the UN. (Both the B and C developments shall be for initial simple-cycle operati on). (4) Procure all necessary additional equipment, and rapidly construct the B station (with works to operate on natural gas as primary fuel, with distillate oil as a standby fuel) including the substation and transmission works necessary to connect, at an appropriate location, to the 132 kV electrical grid system. All necessary facilities shall be furnished to a llow the Frame 6 unit to provide a black start capability for the existing, four 200 MW- A station turbine units and for the proposed two 125 MW C station units. (5) Identify sources and place orders before 20 December 2003 for all additional long-lead items necessary to allow the C station generators to contribute their output to the Iraq transmission system at the earliest practical date. Procure all necessary equipment and rapidly construct the Nasiriyah C station, based on the two 9E gas turbine generators and the package of associated equipment produced by BHEL and recently held by the UNDP, which will be provided to the Contractor on a free issue basis. The Contractors works shall include the design, procurement and construction of an appropriate method of connecting to the 400 kV transmission system, including substation and any transmission works. The Nasiriyah C station design and con struction shall be for operation using natural gas as the primary fuel, with provisions for firing crude oil as the alterative fuel. (6) Include provisions for future retrofitting for co-generation or combined-cycle operation. The layout shall be fully adequate to facilitate such retrofitting. Appropriate provisions, without excessive cost, shall be included in designs to allow such ret rofitting. Electrical cables, equipment and connections shall be installed in a manner complying with standard electrical practice for permanent installations. All installed equipment shall be adjusted, calibrated, and successfully pass all manufacturers recommended testing, prior to being put into operation. ACCEPTANCE: At the completion of its commissioning, each generator set shall be operated at full load for 24 hours. If this 24-hour test is successfully completed, acceptance of the associated plant will not be unnecessarily withheld. At the completion of the one-month operations by the Contractor, each generating unit will be subject to acceptance tests to be negotiated. OPERATIONS PERIOD: One month of operations consists primarily of contractor personnel on-site to operate plant; begins upon acceptance of the generators by the Corps of Engineers. MAINTENANCE: Regularly scheduled and as-required maintenance during 1st month of operations. Any maintenance after the 1st month of operations is the responsibility of the MoE. SPARE PARTS: The Contractor shall provide the manufacturers recommended spare parts and the consumables, necessary to operate and maintain the units for a period of 12 months after acceptance by the Corps of Engineers. If more than one unit is provided th en the spare parts shall be 50% of the total and 100% for consumables. SPECIAL TOOLS/EQUIPMENT: At the end of the operations period, the Contractor shall provide all specialized testing and inspection devices necessary to comply with the manufacturers recommended requirements. This includes all specialized tools associated w ith the units. TRAINING: The Contractor shall provide the equivalent of 30-days of full-time training during the installation, commissioning, and operations periods for all MoE operations and maintenance personnel. Training should be scheduled to be complete before the end of the operations period. O&M MANUALS: The Contractor shall provide eight copies of operations and maintenance (O&M) manuals for each installation and training on generator facility operations and maintenance to Ministry of Electricity personnel for the two power stations projects . O&M manuals will include technical data and drawings for each installed electrical and mechanical component. They shall also include all O&M procedures recommended by the equipment manufacturers and written operating procedures for the complete insta llation. All elements of the O&M manuals shall be written in English. A CD shall be supplied to contain one copy of the above requirements. FUEL: The B and C stations shall each be equipped with adequate liquid fuel storage capacity for 72 hours of continuous full-load operation. Contractor shall utilize the existing tankage if adequate capacity is available, for both diesel and treated crude (if appropriate). Reasonable quantities of natural gas and crude oil will be provided to the Contractor, for testing, commissioning, acceptance testing and the one-month of operations. The Contractor shall provide distillate oil for testing and commission ing of the B station. At the completion of commissioning, and prior to the start of acceptance testing, the Contractor shall provide distillate for 3 days of B station operation. The Contract works shall provide means of commercially measuring the consumpt ion of natural gas, crude and distillate oil, as appropriate. Also, the exported electricity shall be metered. Separate metering shall be provided for B and C stations. FUEL DELIVERY: The Contractor is responsible for fuel delivery only for the initial fueling (3 days or all tanks full). WARRANTY: The Contractor shall provide the manufacturers warranty for a period of 12 months from the date of acceptance or 18 months from the date of shipment, whichever is sooner. The Contractor shall assist the Corps of Engineers in the contractual rear rangement of existing warranties for the pre-owned equipment passed to the Contractor as free issue by the Government for incorporation into the works. Interested parties should contact Perini Corporation at dcopeland@perini.com or lryan@perini.com
 
Record
SN00472783-W 20031121/031119212341 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.