Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

J -- Lower Granite/Dworshak Dams Turbine Guide Bearing Rehabilitation

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-13-SS02
 
Point of Contact
Valerie K. Reller, Phone: 5095277215
 
E-Mail Address
Valerie.K.Reller@usace.army.mil
(Valerie.K.Reller@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a supply requirement entitled: "Lower Granite/Dworshak Dams Turbine Guide Bearing Rehabilitation". This will be a firm-fixed-price Service Contract. The purpose of this sources sought is to determine interest and capability of potential qualified small businesses relative to the North American Industry Classification code (NAICS) 332710. The Small Business Size Standard for this NAICS code is 500 employees. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will depend on the responses to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS (1) Your intent to submit a quote for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information (4) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in fabricating similar products, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than three pages in length. This should include a list of equipment that shows machines capable of holding a 98" OD and weighting up to 18,000 lbs. It should also include machine with a table capable of holding a 98" OD bearing while machining a bearing running surface up to 64.5" to a tolerance of 0.002 inches with a total indicated runout of less than 0.002 inches across the entire surface. A copy of machine specs that will be used to perform above mentioned tasks with capable tolerances. (5) Copy of Current ISO 9000 certification for the proposed refurbishment facility. (6) Submit a plan showing time lines. First bearing must be complete by 150 calendar days after award. Completion of the second bearing is 180 days after award. (7) Provide information verifying Spin Casting Babbitt Guide Bearing Experience. Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A QUOTE FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition. Where to send responses U.S. Army Corps of Engineers 201 North Third Avenue ATTN: Contracting/Jean DesJarlais Walla Walla, WA 99362 Phone: (509) 527-7215 Fax: (509) 527-7801 E-mail: valerie.k.reller@usace.army.mil Response deadline November 12, 2012 at 4:00 p.m. (Pacific Time) Place of Performance U.S. Army Corps of Engineers, Walla Walla District 201 North Third Avenue Walla Walla, WA 99362 REQUIREMENT DESCRIPTION The contractor will be required to inspect and refurbish two separate turbine guide bearings located at Lower Granite Dam and Dworshak Dam and an option to inspect and refurbish a turbine guide bearing at Lower Granite Dam. The refurbishment includes removal of existing Babbitt, spin casting new babbitt, and possibly refurbishment of the vertical split flange contact surfaces and the outer diameter spigot fit(s), followed by machining and painting of the shells exterior. The babbitt material shall be new, conforming to ASTM B23 Alloy 2, and the tin used for tinning shall be 99% pure. Reclaimed tin or Babbitt is not acceptable. The Dworshak turbine guide bearing is a shell type that has a 55 inch inner diameter (ID), a 98 inch outer diameter (OD), is 59 inches in height and weighs approximately 18,000 pounds (lbs). The Lower Granite turbine guide bearings are a shell type that have a 64.5 inch ID, a 88.5 inch OD, are 39.75 inches in height and weigh approximately 10,000 lbs. The bearings shall be spin cast with the bearing axis horizontal and the Babbitt poured at a high temperature. The bearing shell shall be pre-heated and the pouring shall be continuous. The finish machined babbitt bore for Dworshak shall be 55.013 - 55.015 inches ID, 0.002 inches T.I.R. max, and concentric with the machined spigot OD to within 0.002 inches T.I.R. The finish machined Babbitt bore for Lower Granite shall be 64.513 - 64.515 inches ID, 0.002 inches T.I.R. max, and concentric with a best fit circle applied the mounting bolts to within 0.020 inches T.I.R. Both Lower Granite and Dworshak shall be perpendicular to the horizontal flange mounting surface to within 0.002 inches and the surface finish shall be 32 microinches max., free of chatter and abnormal tool marks. The contractor will be responsible for shipping between the dam and his facility. The contractor performing the refurbishment shall be ISO 9000 certified. The bearings will require non-destructive testing of the Babbitt bond by an approved independent testing inspector that is a member in good standing with the American Council of Independent Laboratories.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-13-SS02/listing.html)
 
Record
SN02922519-W 20121103/121101234101-f2f63edb560133964faf04cc61689e8c (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.