Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2006 FBO #1861
SOURCES SOUGHT

59 -- Perform testing at an independent testing laboratory (ITL) of a turbine manufacturer provided scale model Francis hydraulic turbine for the verification of manufacturer provided hydraulic performance guarantees.

Notice Date
12/29/2006
 
Notice Type
Sources Sought
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-07-R-0016
 
Response Due
1/29/2007
 
Archive Date
3/30/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT; THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS: The purpose of this notice is to obtain market research to determine the availability and adequacy of potential business sources to support acquisition of these requirements using a competitive Request for Proposal. The U.S. Army Corps of Engineers (hereinafter referred to as the Corps) District Seattle is seeking sources to perform testing at an independent testing laboratory (ITL) of a turbine manufacturer provided scale model Francis hydraulic turbine for the ver ification of manufacturer provided hydraulic performance guarantees. Turbine manufacturers consider their turbine designs, particularly the runner blade shapes and the overall turbine hydraulic performance, as propriety intellectual property. The testing laboratory contracted by the Government must therefore be independen t in the sense that it must not be owned or contractually aligned with any organization supplying hydraulic turbomachinery for the commercial market, and will be requested to so certify if selected for a contract. REQUIREMENT: Offerors must have a positive, proven track record in the industry and reputation for providing technically proficient and timely testing, evaluation, and reporting of results of laboratory hydraulic testing of scale hydroelectric turbine mo dels provided by others. The testing results must be credible to the Corps and to the turbine manufacturer in the event that the testing shows the model to be deficient relative to the guarantees. The laboratory must have industry recognized experience a nd meet industry recognized technical requirements. The specific requirements are as follows: " The laboratory must not be owned or contractually aligned with any organization supplying hydraulic turbomachinery for the commercial market. " The laboratory must have experience performing hydroelectric turbine contractual guarantee verification or acceptance testing of turbine manufacturer provided scale model hydraulic turbines according to the requirements of International Electrotechnical Commission (IEC) standard no. 60193, Hydraulic Turbine Model Acceptance Tests. The laboratory must be capable of performing testing for the Corps according to the requirements of the above citied standard. " The laboratory must be capable of determining hydraulic turbine efficiency with a systematic uncertainty, as determined by instrument calibration, of less than 0.20%. The turbine efficiency random uncertainty must be less than +/- 0.13%. " The laboratory must be capable of performing model testing at a constant Reynolds Number of up to 7 x 106 (scale ratio = 1:13.8, prototype reference diameter = 191 inch, prototype net head = 180 feet, prototype rotational speed = 100 rpm, prototype power output = 120,250 horsepower). " The laboratory must be capable of maintaining the test stand water temperature at 20 degrees Celsius +/- 2o C. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requi rements are invited to submit in writing complete information describing their interest, capability (personnel, facility, equipment, schedule slots, and materials) and ability to meet all requirements stated above. Firms responding to this notice must identify their companys capabilities to perform the requirements described herein, reference the number and indicate whether or not that they are a small business concern as defined in FAR 52.219-1. The NAICS code is 333611. The Small Business size standard is 1000 employees. The information received as a result of this synopsis will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Corps not to o pen the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Corps. The Corps does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a hybrid Cost Plus Fixed- Fee (CPFF)/Firm Fixed Price (FFP) contract will be awarded in August 2007 or possibly sooner. All responses may be sent via e-mail to: Bonilie.l.lackey@usace.army.mil or mailed to Contracting, U.S. Army Corps of Engineers, Attention: Bonilie Lackey, P.O. Box 3755, Seattle, WA 98124. Fax Number: 206-764-6819. Responses to this sources sought syno psis are due in the office by Close of Business (COB) 29 January 2007.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01204052-W 20061231/061229220515 (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.