Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2012 FBO #3976
MODIFICATION

Y -- EPC CONTRACT FOR A PULSE JET FABRIC FILTER RETROFIT PROJECT AT THE PARADISE FOSSIL PLANT - Amendment 1

Notice Date
10/11/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Tennessee Valley Authority, Tennessee Valley Authority, Procurement, 1101 Market Street, Chattanooga, Tennessee, 37401
 
ZIP Code
37401
 
Solicitation Number
RWM-20120906
 
Archive Date
11/7/2012
 
Point of Contact
Randy Meadows, Phone: 423/751-2429, Stacci PThomas, Phone: 423/751-8192
 
E-Mail Address
rwmeadows@tva.gov, spthomas@tva.gov
(rwmeadows@tva.gov, spthomas@tva.gov)
 
Small Business Set-Aside
N/A
 
Description
MANDATORY MINIMUM QUALIFICATIONS CERTIFICATION October 11, 2012 REVISED QUALIFICATION CERTIFICATION FOR AN ENGINEER, PROCURE, CONSTRUCT (EPC) CONTRACT FOR A PULSE JET FABRIC FILTER RETROFIT PROJECT AT THE PARADISE FOSSIL PLANT (PAF), UNITS 1&2 To satisfy environmental compliance regulations, TVA has decided to install Pulse Jet Fabric Filters (PJFF) on Units 1 and 2 at the Paradise Fossil Plant (PAF) near Drakesboro, KY. Consequently, TVA may be issuing a solicitation document to request proposals from experienced firms for the award of an EPC contract for these PJFFs to be retrofitted onto Units 1 & 2 at the PAF. This EPC contract will be on a firm, fixed price basis. In addition to the required primary proposal on a fixed price basis, an offeror may also submit an alternate proposal methodology for an optional commercial approach. The additional, alternate proposal may address such alternate commercial terms where the offeror believes there is commercial benefit to TVA. The detailed scope of work will be defined for the PAF 1 & 2 PJFF Project, and will be provided in the Request for Proposal (RFP) to all those prospective offerors that certify they meet the Mandatory Minimum Qualifications and submit detailed supporting documentation to substantiate meeting all mandatory minimum qualification requirements. Any solicitation for this project will be subject to TVA obtaining the appropriate internal project approvals, etc., and 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. Existing Paradise Fossil Plant Equipment Paradise Units 1 & 2 utilize B&W cyclone fired steam generators with a MCR steam flow of 4,900,000 lb/hr each. The turbo-generators were supplied by General Electric with an MCR of 700 MW each. Each unit has previously been retrofitted with SCR's (designed for 90% removal of NOx) and wet flue gas desulfurization (FGD) systems (designed for 93% SO 2 removal efficiency). The FGD system currently includes a low efficiency particulate removal section. In addition, a hydrated lime injection system, for SO 3 mitigation, was installed in the Fall of 2011. Description of the Scope of Work for the PAF1&2 PJFF Project The PAF1&2 PJFF Project consists of constructing two independent, yet adjacent, Pulse Jet Fabric Filters remotely located from the existing powerhouse and existing emission controls equipment on PAF Units 1 & 2. This remote location will require, for each of the two units, approximately 900' of ductwork from the take off point just downstream of the existing air preheater to the PJFF and additionally 750' of ductwork back to the tie in point just upstream of the existing FGD equipment. The EPC contractor will be responsible for all of the engineering, procurement, construction, and startup for the project. In addition to the PJFFs, procurement will likely include the following auxiliary equipment/systems to support the project: The EPC contractor will be responsible for all of the engineering, procurement, construction, and startup for the project. In addition to the PJFFs, procurement will likely include the following auxiliary equipment/systems to support the project: ◦ All ductwork and miscellaneous hardware ◦ PJFF ID Fans ◦ New DCS system to control logic for the new PJFF systems, fly ash handling, PJFF ID Fans (draft control fans), the existing FGD ID Fans, and the overall unit draft control system. ◦ New dry fly ash handling equipment up to and including two storage silos with scales and truck loading capability. ◦ A 100% redundant SO3 mitigation system (lime injection) identical to the existing system. ◦ All electrical equipment and switchgear required to support the PJFF from the high side of the 161kV transformer. TVA will be responsible for constructing a new 161 kV PJFF substation required for this project. TVA will also provide two 13.8 kV step down transformers as Owner Furnished Equipment (OFE) to the project. The EPC contractor will be responsible for managing the procurement of, receiving, installing, and commissioning of these transformers. EPC Project Timeline ACTIVITY DATES (Estimated) RFP Issue 11/30/2012 Pre-Bid Meeting 12/12/2012 Proposal due date 3/1/2013 Anticipated Contract Award Date 4/26/2013 Mobilize to jobsite and Site Prep Start To be determined Construction Start To be determined Unit 1 PJFF in service date (Provisional Acceptance) 11/15/2015 Unit 2 PJFF in service date (Provisional Acceptance) 4/15/2016 TVA has retained URS Corporation (URS) to develop the technical specification for the RFP for the Paradise PJFF project. Even though an organizational conflict of interest may arise therefrom, in order to encourage submissions from the most qualified firms TVA will not exclude URS from bidding on the EPC project and, if their bid is evaluated to be the best offering, awarding the contract to URS should TVA decide to move forward therewith, provided that URS agrees not to withhold information developed during the preparation of the technical specification from TVA or place any restriction on the ability of TVA to fully disclose such information to other prospective offerors for such follow-up work. An "organizational conflict of interest" is a situation in which because of other activities or relationships with others, an offeror/contractor is unable or potentially unable to render impartial advice or assistance to TVA, or its objectivity in performing contract work is or might be otherwise impaired, or it has an unfair competitive advantage. Notwithstanding the foregoing, TVA intends to implement such steps as it deems appropriate to neutralize or mitigate organizational conflicts of interest on the part of offerors, contractors, subcontractors, or their affiliates. URS will not participate in the review or evaluation of any proposals from offerors for this project. TVA desires to select a firm with a history of successful EPC experience with emission control retrofit projects on large coal fired utility boilers that are similar to the workscope described above and in the enclosure entitled Mandatory Minimum Qualification Certification. As stated above, in order to receive the RFP, TVA requires that all prospective respondents meet these requirements before being further considered. Accordingly, all prospective respondents must first certify compliance with the requirements contained on the Mandatory Minimum Qualification Certification, and submit detailed supporting documentation to substantiate meeting all mandatory minimum qualification requirements. Only the firms which TVA confirms 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. No challenges will be accepted to TVA's decision. 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 EST, October 23, 2012. Tennessee Valley Authority Randy W. Meadows 1101 Market Street, BR 5A-C Chattanooga, TN 37401 Phone number: (423) 751-2429 E-mail: rwmeadows@tva.gov Electronic communications shall be in a form compatible with MicroSoft® Office 2007. All communications, inquiries or questions concerning this prequalification are to be submitted in writing and only to the Contracting Officer, Randy W. Meadows. Sincerely, Randy W. Meadows Senior Contracts Manager TVA Supply Chain Major Projects Enclosure: Mandatory Minimum Qualifications Certification
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TVA/TVA1/TVAPR/RWM-20120906/listing.html)
 
Place of Performance
Address: TVA VALLEY AUTHORITY, PARADISE FOSSIL PLANT, 13246 STATE ROUTE 176, SUITE 10, DRAKESBORO, Kentucky, 42337-2345, United States
Zip Code: 42337-2345
 
Record
SN02912329-W 20121013/121011234154-33da8878ab1d5d62c323582f22a44c65 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.