Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

28 -- ICE HARBOR TURBINE DESIGN AND RUNNER SUPPLY

Notice Date
3/10/2009
 
Notice Type
Presolicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-09-R-0004
 
Response Due
5/26/2009
 
Archive Date
7/25/2009
 
Point of Contact
Jani Long, 509-527-7209<br />
 
Small Business Set-Aside
N/A
 
Description
Requirements include all plant, labor, equipment, materials, incidentals, and work to design an 'improved fish passage environment' fixed blade turbine, and for the supply of the turbine runner and appurtenant components. Additional requirements govern the design of an 'improved fish passage environment' adjustable blade turbine, and the optional supply of the adjustable blade turbine runner and appurtenant components. The fixed and adjustable blade runners designed under this contract are for replacement of the existing Main Units 2 and 3 turbine runners at Ice Harbor Lock and Dam Powerhouse, Brubank, Washington. The contract contains two segments that pertain to both runners: Design and Supply. a. Runner and Hydraulic Passage Design: (1) The Contractor shall work directly with the Government to develop and evaluate replacement fixed and adjustable blade runner designs, and to further develop and evaluate Government-defined modifications to stationary hydraulic structures, primarily the stay vanes and draft tube. Modifications to other water passageway components with potential to improve the hydraulic conditions for fish may be considered throughout the design process. (2) The hydraulic design process, and the communication between the Contractor and Government design team throughout the process, will be iterative in nature. The iterative process will include Computational Fluid Dynamics (CFD), traditional performance model testing at the Contractor's facility and observational model testing at the Government's Engineer Research and Development Center (ERDC) model testing facility in Vicksburg, Mississippi. The emphasis is to attain a turbine design that will minimize risk of injury to fish passing through the turbine. (3) The Contractor shall first utilize CFD to analyze the existing Ice Harbor Kaplan turbine design and then use CFD to analyze modifications to existing stationary hydraulic structures, as specified by the Government in the contract. Utilize CFD to analyze both fixed and adjustable blade turbine designs. The primary goal of the CFD analysis is to determine the pressure profile through the existing and replacement runner designs. (4) Design, manufacture and construct a 1:25 scale model turbine capable of incorporating modifications to existing hydraulic structures (as defined in the specifications) and replacement fixed and adjustable blade runner designs. The model runners must be compatible with the Government's own model runner test stand located at ERDC. The Contractor must performance model test each turbine design, prior to shipping the runner to ERDC for the Government-conducted observation model testing. (5) Although the iterative process begins with the fixed blade turbine, elements of the design of both fixed blade and adjustable blade turbines may be conducted in tandem. At the conclusion of the iterative hydraulic design process for the fixed blade runner, and upon written approval by the Government, the Contractor shall begin the mechanical design, manufacture, and delivery of the fixed blade runner, optional discharge ring, miscellaneous accessory components, and the supply of design information and installation instructions. (6) At the completion of the iterative design process for the adjustable blade turbine design, the Government may exercise optional items for the mechanical design, manufacture, and delivery of the adjustable blade runner, discharge ring, miscellaneous accessory components, and the supply of design information and installation instructions. b. Runner Supply and Delivery: (1) The Contractor shall manufacture and deliver the fixed blade runner, optional discharge ring (if exercised by the Government), runner-to-shaft coupling fasteners, a nameplate, and Contractor-supplied component installation instructions. The Contractor must re-design the existing blade operating mechanism to function with the Contractor's fixed blade design and provide installation instructions for the operating mechanism's modification. If the hydraulic or prototype mechanical design involves modifications to the stay ring, stay vanes, head covers, bottom ring, or draft tube liner, the Contractor must provide prototype component design information. (2) If the Government determines to exercise the option, the Contractor must also supply and deliver the adjustable blade runner with all necessary components as indicated above, for the fixed blade runner. A blade position indicating scale must additionally be provided. (3) Field Engineering Services shall be provided during installation of the runners and components. Optional items will have associated options for Field Engineering Services. The installation of the runners and associated components will be accomplished by a future construction contract and are not part of this contract. Solicitation No. W912EF-09-R-0004 will be posted to the FBO website on or about March 26, 2009. Proposals will be due approximately 60 calendar days after the solicitation is issued. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It has NO relation to the actual proposal due date. The proposal due date information will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 4 weeks after the solicitation is issued. See solicitation for details about the site visit. Solicitation is open to both large and small business concerns. NAICS code for this project is 333611, and the small business size standard is 1,000 employees. When available, the solicitation documents for this project will be available via FedBizOpps, https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on FedBizOpps.gov. The Contract Specialist is Ms. Phyllis Buerstatte, 201 North 3rd Avenue, Walla Walla, WA 99362, 509-527-7211, phyllis.l.buerstatte@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b31cbd26ddd5f9cd7117d4729fdcd84b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01765501-W 20090312/090310215036-b31cbd26ddd5f9cd7117d4729fdcd84b (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.