Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

J -- Turbine Seal Rings for Hoover, Parker & Davis Dam

Notice Date
11/10/2009
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R10PS30001
 
Archive Date
11/10/2010
 
Point of Contact
Cristina Hayden Contract Specialist 7022938025 chayden@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Reclamation (Reclamation), Lower Colorado Region, has a requirement for new seal rings, ranging in size from 90" to 207" in diameter. The new seal rings will be installed on various sized hydroelectric Francis type turbines, ranging up to 130 megawatt (178,000 horsepower). The units typically have running clearances no greater than 0.045" radial between the rotating and stationary seal rings. Past seal ring replacements utilized nickel-aluminum bronze paired against austenitic stainless steels such as CF8/304L. Wear rates observed using these materials were excessive, primarily on the aluminum bronze rings. Nitronic 60 stainless, with excellent mechanical properties, is now being used in place of the aluminum bronze to extend the life of the turbine seal rings and improving the long-term efficiency of the turbines. The principal components of the work include the following: (1) The seal rings shall be fabricated as one piece, seamless and continuous either by centrifugal casting or ring roll forging; (2) The seal rings shall be furnished oversized relative to installation - final machining of the seal ring clearance surfaces will be done in the field by Hoover, Parker or Davis Dam staff to assure proper clearances between the rings and runner as well as accurate pre-stressing of the rings during installation; (3) Material A. All seal rings shall be made of austenitic stainless steel to the following material specifications, unless otherwise specified in the respective task orders: Centrifugal Castings: ASTM A743-95, Grade CF10SMnN (Nitronic 60)Forgings: ASTM A276-97, Grade UNS S21800 (Nitronic 60) B. The seal rings shall be delivered in the fully annealed condition to ensure minimal internal stresses and distortion during final machining operations by government personnel. The manufacturers suggested heat treatment procedure information, including intermediate "tempering", furnace type, and controls shall be reviewed by the Government prior to any heat treatment of the material. C. As a minimum, the material shall exhibit the following mechanical properties after final heat treatment: UTS [ksi] (> 85) 0.2% YS [ksi] (> 42)Elongation in 2" [%] (> 40)Hardness [Bhn] (< 220) Any intermediate tempering of the material shall be subject to ASTM A262-E, "Inter-granular Corrosion Resistance". (4) Dimensions and Tolerances Seal ring dimensions and tolerances will be shown on the drawings.Dimension and tolerance shall be interpreted by ASME specification Y14.5M-1994 - Dimension and Tolerancing, and shall be recorded with material condition in the free-state having no residual forces from fixturing or tooling. This solicitation is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 331513 Steel Foundries (except Investment) with a small business size standard of 500 employees. The solicitation, in the form of a Request for Proposal (RFP), will be issued on or about December 5, 2009 with offers due on or about January 05, 2010. The RFP will include evaluation factors for equipment, experience, past performance, and price. The Government intends to award multiple award Indefinite-Delivery-Indefinite-Quantity contracts with a performance period of five years. As seal rings are needed, fixed price task orders will be competed between the contractors receiving a contract award. The estimate magnitude of each task order is between $5,000.00 and $200,000.00. The minimum order is $ 5,000 with a total contract value estimated $5,000,000.00 for the five year period. The estimated contract award date is March 19, 2010. No documents will be available until the solicitation is issued. The solicitation will only be issued electronically via www.FedBizOpps.gov. The Government reserves the right to issue the solicitation on paper or CD if the FedBizOpps (FBO) web site becomes inoperable or if the Contracting Officer determines it is in the Government's best interest to do so. Offerors should register at the FBO to be included on the offeror list in order to receive notifications pertaining to the solicitation, or visit the FBO website after issuance download the solicitation and any subsequent amendments. Offerors are required to have a current registration on the Central Contractor Registration (CCR) to be eligible for contract award. Offerors may register on CCR at http://www.ccr.gov. Questions may be submitted to Cristina Hayden at chayden@usbr.gov or by fax at 702-293-8499.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/941b01ade17599611a3499fbb2792cb4)
 
Place of Performance
Address: Hoover, Parker & Davis Dam, Nevada/Arizona/California
Zip Code: 89005
 
Record
SN02001874-W 20091112/091110235855-941b01ade17599611a3499fbb2792cb4 (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.