Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOURCES SOUGHT

61 -- Turbine Cavitation Repair Jones Bluff Power Plant in Selma, AL

Notice Date
7/12/2011
 
Notice Type
Sources Sought
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-11-R-CAVI
 
Response Due
7/22/2011
 
Archive Date
9/20/2011
 
Point of Contact
Alisa C. Murray, (251) 441-5578
 
E-Mail Address
USACE District, Mobile
(alisa.c.murray@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sources sought announcement and is issued for information and planning purposes only. This notice is not a solicitation announcement and will not constitute any commitment by the Government. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information or materials furnished in response to this sources sought notice. A market survey is being conducted to gain knowledge of potential qualified small business sources to determine if they can effectively compete for a firm fixed price contract. The U.S. Army Corps of Engineers, Mobile District, is seeking potential source with capability to provide mission support for Turbine Cavitation Repair at Jones Bluff Power Plant in Selma AL. Sources are being sought for firms with a North American Industry Classification System (NAICS) code of 333613. The size standard of which is a concern is 500 employees. Work consists of using the 256-inch diameter turbine runner as the turning fixture for mounting various measuring, excavating, cutting, welding, grinding, sanding, surfacing, and finish machining tools and employing procedures necessary to restore a large area of the adjacent turbine water passage to original hydraulic shape and integrity. The scope of work will involve rigorous pre and post work unit alignment checks and possible alignment of the rotating hydro unit components to achieve plumb and/or center conditions. The area of water passage to be restored includes a vertical band of deteriorated water passage approximately 73 inches in height which extends basically from the inlet edges of the runner blades to the trailing edges. The work will include excavating the entire aforementioned band to sound metal (including possible cutout of and replacement of panels not found to be of sufficient thickness), overlay of prepared surfaces with stainless steel weld metal, and finish machining to original hydraulic profiles and finish. In addition, the work will include extensive anchorage to fixed structure and back-grouting of repaired area to withstand warpage and distortion during the weld process and to insure support of repaired water passage by structure concrete behind. Anchorage will consist of a defined boring pattern of holes, steel rebar type anchors set in epoxy-type setting bonding, and welding of rebar to water passage liner. Contractor shall provide all labor, material, and equipment to perform the aforedescribed work including machinery and drive components necessary to turn turbine runner during the work. Firm shall be thoroughly familiar with and shall have worked in and be able to provide references of having performed similar work on vertical shaft hydro turbine-powered generators on projects either in progress or that have been completed within the last 3 years. Interested Small Business Firms may reply to this Sources Sought announcement and shall provide the following information: (1) Relevant Experience (limit to 3 pages) of a least 3 projects similar in nature, scope and complexity. Cite dollar value within the last three years, if not completed. Information shall include contract number, award date, completion date or percentage completed and indicated whether your company acted as the prime contractor or subcontractor. Government/ Agency point of contact, current telephone number, email address and a brief description of the project and how the contract referenced is relevant to the scope of work. All interested small business firms capable of fulfilling this requirement are encouraged to respond to this Sources Sought announcement via email by submitting responses to Alisa C. Murray, Contract Specialist, Mobile District, at alisa.c.murray@usace.army.mil by 22 Jul 2011, 4:30 p.m. Mobile Local Time. In the subject line of the email shall state: Cavitation Repair. Request firm submit responses in PDF or word format. Proprietary processes or data must be clearly marked and documented as such. Submittal furnished will not be returned to sender. You may also mail submittals or send overnight courier to U.S. Army Corps of Engineers, Mobile District, Attn: Alisa Murray, 109 St. Joseph Street, Mobile, AL 36602-3605. Telephone responses will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-11-R-CAVI/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02495695-W 20110714/110712234534-8c2ca42b417e34707209619c4a7411d2 (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.