Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

Y -- QUALIFICATION CERTIFICATION FOR CONSTRUCTION OF THE JOHN SEVIER COMBINED CYCLE PROJECT

Notice Date
9/16/2009
 
Notice Type
Presolicitation
 
NAICS
221119 — Other Electric Power Generation
 
Contracting Office
Tennessee Valley Authority, Tennessee Valley Authority, Procurement, 1101 Market Street, Chattanooga, Tennessee, 37401
 
ZIP Code
37401
 
Solicitation Number
20090916
 
Archive Date
10/9/2009
 
Point of Contact
Darrell Parks, Phone: 423/751-4666, Stacci P Thomas, Phone: 423/751-8192
 
E-Mail Address
dlparks@tva.gov, spthomas@tva.gov
(dlparks@tva.gov, spthomas@tva.gov)
 
Small Business Set-Aside
N/A
 
Description
QUALIFICATION CERTIFICATION FOR CONSTRUCTION OF THE JOHN SEVIER COMBINED CYCLE PROJECT In the near future, TVA will be issuing a solicitation document to request proposals from experienced firms for the construction and startup of the John Sevier Combined Cycle (JCC) project on a fixed price basis. The engineering and procurement of major equipment will be performed by URS, Washington Group International. Currently, TVA has a contract with Washington Group International, Inc., for the construction and startup as well; however TVA is evaluating options for this work to meet TVA’s needs. TVA does not commit to award a contract under this solicitation or to pay any costs incurred in the development and submission of any subsequent proposal.. The scope of work will be defined for the John Sevier Combined Cycle Project, and will be provided in the Request for Proposals (RFP) to all those prospective offerors that certify they meet the Mandatory Minimum Qualifications. The John Sevier CC project consists of a 3X1 CC (duct fired) plant located near Rogersville, TN. The CT’s will be capable of both natural gas and fuel oil operation, and each CT will have an exhaust bypass stack and diverter damper included to allow for both simple cycle and combined cycle operation. The water supply will be from the local river, and this project will include installation of pumps at the river, piping to the plant, clarifiers, and other water treatment equipment. TVA will provide three GE frame 7FA.04 dual fuel CT’s, three Nooter-Eriksen HRSG’s (triple pressure with duct firing on natural gas), one 400 MW Toshiba steam turbine (TVA purchased on the gray market), and four ABB generator step up transformers. WGI will be responsible for the engineering and design for the project, and procurement of the other equipment, including: condenser, cooling tower, boiler feed pumps, circ water pumps. DCS control system, high energy piping, electrical switchgear, generator breakers, etc. The requirement of this project is to have the plant operating and in-service in simple cycle mode (both gas and oil fuels) by no later than 12/1/11. Meeting this simple cycle CT in-service date is extremely important to TVA due to transmission system reliability issues. The requirement for combined cycle operational in-service date is not later than 5/1/12. TVA plans to have a natural gas supply to the facility no later than 9/1/11. The installation of the natural gas conditioning equipment (heaters, separators, filter, and pressure reducing valves) will be installed by the construction contractor. Approximately 4 million gallons of fuel oil storage and associated pumps and heaters will require to be installed. The scope of work is to provide for the installation of all the equipment procured by TVA and WGI, and to commission and startup the plant. TVA will procure and construct all the equipment in the 161KV switchyard (from the high side of the GSU out), the natural gas pipeline and meter station, and a new access road into the plant. TVA desires to select a firm with a history of successful construction and startup experience with combined cycle generation projects that are similar to the workscope described above and in the enclosure entitled Mandatory Minimum Qualification Certification. Therefore, in order to receive the RFP, TVA requires that all prospective respondents meet these requirements before being further considered. All prospective respondents must first certify compliance with the requirements contained on the Mandatory Minimum Qualification Certification. Firms which certify to TVA that they can fully meet all of the mandatory minimum qualification requirements will receive a copy of the RFP and will be invited to attend a mandatory pre-proposal meeting. All offerors will be required to present detailed data (later with their proposals) to substantiate compliance with each of the mandatory minimum qualification requirements. In order to be considered, I must receive the enclosed Certification signed by an official authorized to bind the organization at the address shown below no later than 12 noon EDT, September 24, 2009. Tennessee Valley Authority Darrell L. Parks 1101 Market Street, LP 2F Chattanooga, TN 37401 Phone number: (423) 751-4666 FAX number: (423) 751-4619 E-mail: dlparks@tva.gov Electronic communications shall be in a form compatible with MicroSoft® Office 2007. MANDATORY MINIMUM QUALIFICATIONS CERTIFICATION There are certain mandatory minimum qualifications which offerors must meet in order to be invited to submit proposals and be considered for award of the proposed contract. Offerors will be required to submit detailed supporting documentation (with their proposals) to substantiate meeting all mandatory minimum qualification requirements. Teaming and subcontracting are acceptable. However, offerers that provide only construction management and plan to subcontract all the work will not be considered for this project. The minimum qualification requirements may collectively be satisfied by combining the qualifications of team members and subcontractors committed to perform in the event of award, however, these team members must collectively have worked together as a team in the past and as a team satisfy these minimum qualifications. Individual qualification criteria, however, must be satisfied by individual entities. The minimum qualifications are as follows: Offerors must have successfully constructed and started up a minimum of five Combined Cycle (CC) units of no less than 500 MW (must be 2X1, 3X1, or 4X1 configurations) capacity with “F” class technology combustion turbines (GE 7FA’s preferred) that have been successfully operational for at least one (1) year. These 5 CC Projects must also have each met the original (pre-construction start) scheduled in service date and must have been no more than 3% over the original project budget. Offeror must have the resources, capability and experience constructing and starting up CC projects (of at least the type and magnitude similar to that described above) and be able to demonstrate the ability for project management of complex CC projects with appropriate proposed structure of the project management team. Offeror must have the financial capacity (creditworthiness) to guarantee the timely performance, obligations, duties and responsibilities under or related to the contract (including performance and warranty issues), for the term of the contract. Offer must have an established, overall, formalized Total Quality Program (TQP). This TQP must include a detailed SA335, GR.P.91 inspection and installation program. Offeror must have the demonstrated capability to manage the commissioning and start-up of CC units. Must be capable of field performance testing of the individual equipment (i.e. CT’s, Steam turbine, HRSG’s, cooling tower, etc.), and the entire CC plant for MW output and efficiency. Offeror must be willing to become signatory to TVA’s project labor agreement (CPA). Offeror must have an acceptable safety program with demonstrated ability to assign on-site safety professionals. The Recordable Injury Rate should be no greater than 1.5 average for the minimum of 5 CC projects described above and a Lost Time Injury Rate of less than.2 average for those same projects. As part of the offerors proposal, the offeror will be required to submit corporate safety record including workers compensation claim cost per man-hour and environmental compliance record for the CC projects described above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TVA/TVA1/TVAPR/20090916/listing.html)
 
Place of Performance
Address: John Sevier Fossil Plant, Rogersville, Tennessee, 37857, United States
Zip Code: 37857
 
Record
SN01957361-W 20090918/090917000745-16abcf576b2a8790b38ccab131713884 (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.