Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
SOLICITATION NOTICE

99 -- Design of units 5&6 vibration correction, Richard B Russell Power Plant.

Notice Date
12/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN11T0010
 
Response Due
12/29/2010
 
Archive Date
2/27/2011
 
Point of Contact
sandra savage, 912-652-5400
 
E-Mail Address
USACE District, Savannah
(sandra.g.savage@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. *This is a combined synopsis/solicitation for commercial items prepared in accordance with the Format in FAR Subpart 12.6 in conjunction with FAR 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested through this notice, and a separate RFQ will NOT be issued. The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 - Engineering Services, with a small business size standard of $4.5M. This requirement is issued as an Unrestricted Procurement, and only qualified offerors may submit quotes. Quotes are due on 29 December 2010 no later than 11:00 a.m. Eastern time, which is more than 15 days from the date of posting of this announcement. FOB Destination shall be 4315 Russell Dam Drive Elberton, GA 30635. The Government will award a single purchase order resulting from this combined synopsis/solicitation to the vendor that provides the lowest price along with a technically acceptable quote. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov; and at On-line Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Quotes must include company cage code and tax identification number. Responses are to be sent email to sandra.g.savage@usace.army.mil. The contracting office address is U.S. Army Corps of Engineers, P.O. Box 889, Savannah, GA 31402-0889. For contractual questions, contact Sandra Savage at 912/652-5400. For technical questions contact J. Palmer at 912/652-5064. *The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. Information concerning the FAR clauses and provisions can be obtained at http/far site/hill.af.mil. A completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items; and 252.212-7000 Offeror Representations and Certifications Commercial Items, shall be provided with your quote. The following FAR and DFAR clauses and provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. *Clause 52.212-5 further incorporates the following: 52.203-6, Alt 1, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.219-8, Utilization of Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-54, Employment Eligibility Verification 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - CCR 52.232.36, Payment by Third Party 52.239-1, Privacy or Security Safeguards DFARS 252-204-7004 Alt A - Required Central Contractor Registration DFARS 252-209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.232-7010 Levies on Contract Payments DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items *Clause 252.212-7001 further incorporates the following: 252.225-7001 - Buy American Act and Balance of Payments Program 252.225-7012 - Preference for Certain Domestic Commodities 252.227-7015 - Technical Data - Commercial Items 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 - Requests for Equitable Adjustment 252.247-7023 - Transportation of Supplies by Sea 252.247-7024 - Notification of Transportation of Supplies by Sea * Scope of Work: 1.Develop alternative corrective actions. Based on the root cause analysis, the contractor is to develop several alternatives that will permanently correct the vibration problem and provide an analysis of these potential corrective actions. A report is to be provided to the Government detailing the different approaches, their benefits and drawbacks, and providing estimates of cost and time for each, as well as singling out the recommended preferred method. Computer modeling of the units incorporating the corrections must be performed in order to provide verification of the adequacy of these actions. 2.Develop specifications for selected corrective action. Once the Government has reviewed and accepted the report, a preferred method will be selected. The contractor will then develop detailed drawings, specifications, and a cost/time estimate for this corrective method. This package will be submitted to the Government for approval. 3.Temporary Pump Operation Solution. Pending completion of the permanent corrections to the units, it would be desirable for the Government to be able to operate the units temporarily, and safely, in pump mode. Contractor will advise the Government on a temporary means for safely operating the units in pump mode prior to the permanent corrective action being completed. 4.Design excessive vibration alarms. (OPTIONAL) In addition to the vibration corrective actions, the contractor will design an alarm system that will audibly and visually alert the plant operator to an excessive vibration condition with any of the pump units, after steady state pumping is achieved. The system should interface with the existing plant annunciation system, the Bentley-Nevada vibration monitoring system and the machine condition monitoring (MCM) equipment (not replace them), and is to be submitted for approval. 5.Structural Inspection Procedures. (OPTIONAL) Both units (5 & 6) have experienced excessive vibration. Each unit needs a thorough inspection to assure that there has been no structural damage. The contractor will provide a detailed inspection procedure focusing primarily on the most critical weld joints and bolted connections. 6.Gate Timing Adjustments. (OPTIONAL) In the pump mode the units are set up for opening the wicket gates as fast as possible. This could be contributing to the vibration problems. The contractor will develop and submit a detailed, step by step procedure for increasing this gate timing in the pump mode, without affecting the generation mode timing. Once the Government implements the gate timing adjustments the contractor will monitor one pump unit during several start ups, with different gate times, and recommend an optimal setting based on analysis of the data. Copies of equipment drawings, measurements, and the root cause report will be made available upon request. The contractor shall provide all equipment and labor necessary to complete the work identified in this scope. Use of Government equipment will not be allowed. All work performed under this scope shall be done in accordance with the Corps of Engineers Safety manual, EM 385-1-1, as well as the Control of Hazardous Energy Manual\LOTO procedures, EM 385-1-31. Execution: The procedures for the inspection and the adjustment of the wicket gate timing shall be completed and submitted within 60 days of NTP. The alarm system design is to be provided within 80 days of NTP. The report on potential corrective actions shall be submitted within 90 days of NTP. The detailed drawings and specifications for the final correction plan are to be submitted within 120 days of NTP. Contractor Qualifications: The contractor shall have at least ten years experience troubleshooting\analyzing vibration problems on vertical hydropower generators. Additionally, the contractor shall have worked with at least three other reversible pump turbines of similar size and design within that minimum ten year period. Selection Criteria. The proposals shall include a detailed narrative and supporting references demonstrating three successful experiences in each of the following areas: 1) Analyzing vibration problems on vertical hydropower generators/reversible pump turbines of similar size and design as Richard B. Russell Units 5 & 6. 2) Designing and implementing vibration mitigation/repair solutions on vertical hydropower generators/reversible pump turbines of similar size and design as Richard B. Russell Units 5 & 6. 3) Performing structural inspection/analysis of vertical hydropower generators/ reversible pump turbines of similar size and design as Richard B. Russell Units 5 & 6. Proposals will be evaluated based upon the reference experience provided, price, and their ability to meet the timeline required in this scope of work. Price Schedule ItemPrice 1. Develop alternative corrective actions. 2. Develop specifications for selected corrective action. 3. Temporary Pump Operation Solution. 4. Design excessive vibration alarms. (OPTIONAL) 5. Structural Inspection Procedures. (OPTIONAL) 6. Gate Timing Adjustments. (OPTIONAL) TOTAL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN11T0010/listing.html)
 
Place of Performance
Address: USACE District, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
 
Record
SN02343169-W 20101215/101213233928-82add34cb7d219223360dd08b87c0e05 (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.