Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2006 FBO #1605
SOURCES SOUGHT

28 -- Ice Harbor Dam, Environmentally Friendly Turbine

Notice Date
4/17/2006
 
Notice Type
Sources Sought
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-06-R-SS03
 
Response Due
5/9/2006
 
Archive Date
7/8/2006
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers (USACE) and the Bonneville Power Administration (BPA) are considering a partnership with industry to develop a fish friendly turbine. The goal of the project is to employ the latest technologies in turbine design and assessment as a proof of concept to support fish friendly or environmental based designs. The resulting prototype turbine would be a replacement installed at the Corps' existing Ice Harbor power station replacing Ice Harbor Unit 2. The Corps is subm itting this inquiry to determine industry interest and to solicit industry comments on the potential design and acquisition process. The Corps Walla Walla District expects to independently perform a preliminary series of design modifications of an existing Ice Harbor observational model turbine at our Waterways Experiment Station  Engineering Research and Development Center (WES-ERDC) facility prior to issuing a request for proposal to industry. The purpose of this WES-ERDC preliminary investigation is to identify areas of the turbine and water passage with potential for performance and/or fish passage improvement. The Corps anticipat es this information will be provided in the request for proposal to industry with boundaries placed on allowable changes or modifications to the structure and turbine. We currently anticipate a contractor will be selected based on past performance, engineering and management capability, commitment to schedule, commitment to the overall project goals, technical approach and cost. We expect a two phase process: Phase I, i nteractive and iterative design in association with the Corps through a negotiated cost plus fixed fee and/or incentive fee arrangement; Phase II, a negotiated fixed price or Fixed Price Incentive Fee for supply, field quality assurance and erection engine ering services of the final selected design with options for two additional prototypes. Phase I of the project would be the determination of the civil, hydraulic and mechanical design of the turbine water passages and runner. The hydraulic design of the turbine water passages and the runner would be developed by a turbine manufacturing/desig n company with direct input from the Corps of Engineers design team. The design process would be iterative in that conceptual design alternatives would be developed and evaluated utilizing the Corps physical hydraulic (observational) models in combinatio n with industry standard hydraulic performance models and Computational Fluid Dynamics (CFD). These investigations would be completed in a step-wise manner combining successes and eliminating failures. Each alternative or feature would be evaluated for i ts environmental benefits, hydraulic performance, cost reasonableness and feasibility before selecting a final design. Likely alternatives include, but are not limited to a minimum gap runner, a modified draft-tube optimized for high flow rates, modified stay vanes, modified wicket gates, hydraulically aligned stay vanes and wicket gates and a runner meeting requirements for overall pressure drop and maximum rate of pressure change. The Government will own the final design of the prototype runner and may require the selected vendor to provide complete manufacturing drawings for use by the Government for future solicitations. Phase II of the project would consist of the supply of the collaborative prototype design developed under phase I. A separate fixed price construction contract for installation of the final design as Government Furnished Equipment is anticipated to comple te the proof of concept design with technical input (erection engineer) provided by the Prototype contractor during installation to ensure correct installation. The Government is submitting this inquiry to (1) determine industry interest and (2) solicit industry comments regarding the proposed design, and acquisition process. Please indicate your interest and submit any comments to Phyllis Buerstatte, Contract Specialist, 201 N. Third Ave, Walla Walla, WA 99362 or by email to Phyllis.L.Buerstatte@usace.army.mil and Tracy.L.Wickham@usace.army.mil Your response to this announcement should be received on or before May 09, 2006.
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN01029497-W 20060419/060417220839 (fbodaily.com)
 
Source
FedBizOpps 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.