Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
SOLICITATION NOTICE

J -- 3 POWER SYS STABILIZERS & EXCITER TUNINGS; 1 POWER SYS STABILIZER CARD & ALL REPORTS & DOUCMENTATION FOR THE USACE, GAVINS POINT POWERPLANT LOCATED NEAR YANKTON, SD

Notice Date
6/18/2014
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-14-T-0062
 
Response Due
7/11/2014
 
Archive Date
8/17/2014
 
Point of Contact
MONICA DWYER, 402-667-7873
 
E-Mail Address
USACE District, Omaha
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
POC: LUCAS KIRKPATRICK, 402-995-2497 or lucas.j.kirkpatrick@usace.army.mil LOCATION OF WORK IS AT USACE, GAVINS POINT PROJECT LOCATED NEAR YANKTON, SD PERFORMANCE WORK STATEMENT (PWS) for Power System Stabilizer and Excitation System Tuning for the Gavins Point Dam PART 1 GENERAL INFORMATION 1. GENERAL: This is a non-personnel services contract to provide tuning of 3 Power System Stabilizers(PSS) and fine tuning of the 3 exciters at the Gavins Point Power Plant in South Dakota. In addition, the contractor shall provide 1 PSS card designed by Siemens to work with the existing equipment. The other two PSS cards will be provided by the government. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform tuning of the Gavins Point Power System Stabilizers and Exciters as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: The Gavins Point Power Plant has 3 Siemens Exciters that need to have PSS cards inserted and tuned. In addition the exciter settings need to be fine tuned to insure the entire excitation system provides proper system response in accordance with the IEEE and MRO standards. Currently the exciters do not have PSS cards connected and as a result the Generators are limited in their operation. Western Area Power is requiring these cards to be inserted and tuned to in order to maintain system stability while allowing for maximum generation capability. 1.3 Objectives: The objectives are as follows: - Provide 1 Siemens PSS Card designed for the exciters - Insert and tune 3 PSS cards (one on each exciter) in accordance with IEEE and MRO standards - Fine tune the exciter settings for the 3 Units to provide proper system response in accordance the IEEE and MRO standards - Provide a report of the testing results showing that each exciter and PSS is properly tuned. 1.4Scope: The contractor shall tune 3 PSS cards and fine tune 3 exciters. Services in shall include providing 1 PSS card designed by Siemens for this exciter and inserting all 3 cards. The contractor shall tune these PSS cards and fine to the exciters to provide proper system response in accordance with IEEE and MRO requirements. 1.5Period of Performance: This work shall be performed within 7 months of the contract award. 1.6 General Information: The existing Exciters are Siemens type EX-1 installed in 1991. 1.6.1 Quality Control: The contractor shall maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract 1.6.2 Quality Assurance: The Government shall evaluate the contractor's performance under this contract in accordance to PRS in Section 7, Technical 1. The government must ensure that the contractor performs 1.6.3 Recognized Holidays: The contactor is not required to work on the Holidays listed below. New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 6:00 AM to 4:30 PM Monday thru Thursday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at the Gavins Point Powerhouse located near Yankton South Dakota. 1.6.6 Type of Contract: The government will award a Firm Fixed Contract for this action. 1.6.7 Security Requirements: All Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. 1.6.7.1 Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control: If the contractor is issued keys to Government facilities the contractor shall establish and implement methods of making sure all keys/key cards issued are not lost or misplaced and are not used by unauthorized persons. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. NOTE: All references to keys include key cards. 1.6.7.2.1 Lost or Duplicated Keys: In the event keys are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.7.2.2 Authorized Use: The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.4 Restricted Areas with Sensitive Materials: All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. 1.6.7.3 Lock Combinations: If the contractor is using combination locks, the contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel that have access to the combinations no longer have a need to know such combinations. 1.6.8 Special Qualifications: The Contractor must pre-screen Candidates using the E-verify Program (http://www.dhs.gov/E-Verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5, as appropriate. At these meetings the contracting officer or Government Representative will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): For Contracts under a 150K a government POC will be designated to represent Government. This representative will contact the contractor and act as the primary point of exchange between the Contractor and the Government. The Government Representative will monitor all technical aspects of the contract by performing inspections as necessary and assist in contract administration. They will also coordinate availability of government furnished property, and provide site entry of Contractor personnel and notify both the Contracting Officer and Contractor of any deficiencies. The Government Representative is not authorized to change any of the terms and conditions of the resulting order. 1.6.11 Key Personnel: The follow personnel are considered key personnel by the government: An excitation commissioning/tuning engineer is needed to do this work. The engineer shall be experienced in tuning this model of Siemens exciter and the associated PSS on the North American grid. The engineer currently be active in tuning exciters and shall have tuned 5 of these Siemens exciters within the last 20years. 1.6.12 Identification of Contractor Employees: All contract personnel where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Visitor badges will be provide to personal upon arrival at the facility. 1.6.13 Contractor Travel: All travel requires Government approval/authorization and notification to the COR. If Contractor is authorized travel only expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. The costs for this project shall be considered to be a part of the pricing quoted to perform the work as stated within this Performance Work Statement. 1.6.14 Other Direct Costs: N/A 1.6.15 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor and shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.16 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. 1.6.17 PHASE IN /PHASE OUT PERIOD: N/A. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CCEContracting Center of Excellence CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTRContracting Officer's Technical Representative COTSCommercial-Off-the-Shelf DADepartment of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DODDepartment of Defense FARFederal Acquisition Regulation HIPAAHealth Insurance Portability and Accountability Act of 1996 KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPOPhase In/Phase Out POCPoint of Contact PSSPower System Stabilizer PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will coordinate with Western Area Power concerning the operation of the generators during tuning. The plant operator will run the generator to the levels required to tune the PSS and exciters. USACE personal will be with the contractor at all times and will communicate with the operator and plant personal concerning any of the contractor's needs and the operational needs of the generator during tuning. Any required wiring (if needed) will be performed by the power plant electricians. 3.2 Facilities: The Government will provide restroom facilities. 3.3 Utilities: The Government will provide electricity, water and air as needed. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4 Equipment: The Government will provide phones, photo copiers and faxes as needed. 3.5 Materials: The Government will provide manuals and drawings for the Siemens existing Siemens Exciters. Additionally the government will provide 2- Siemens PSS cards. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: N/A 4.3. Materials: The Contractor shall furnish all materials and supplies necessary to meet the requirements under this PWS. 4.4. Equipment: The Contractor shall provide all equipment required to perform the work under this contract that is not listed under Part 3, Government Furnished Property and Equipment of this PWS. 1-PSS Card designed by Siemens for this application. If the contractor chooses to provide an external PSS other then the card specified here in then it must meet the requirements listed in the specification provided at the end of this document. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services: The contractor shall provide services for inserting and tuning the 3 PSS cards and for fine tuning the exciters. 5.2. Task Heading: 5.2.1 PSS Card - Provide a 3rd PSS card designed by Siemens for this application. 5.2.2 Tune the PSS Cards - Insert and tune the PSS card and tune the exciter for Unit 1 5.2.3 Tune the PSS Cards - Insert and tune the PSS card and tune the exciter for Unit 2 5.2.4 Tune the PSS Cards - Insert and tune the PSS card and tune the exciter for Unit 2 5.3. Contractor Management Reporting (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for the performance of services provided under this contract for the U.S. Army Corps of Engineers via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at http://www.ecmra.mil/. 5.4. Technical Specifications: PSS testing and calibration requirements: a. Arrange outputs of speed (or internal frequency) transducer, watt transducer, and PSS and Exciter for connection to D/A outputs for testing. b. An A/D input for connection before phase compensation stage is required for testing with a bandwidth of at least 10-hertz. c. Verifiable frequency and watt transducer calibrations. Removable transducer circuits from PSS circuits for AVR compensation testing. Removable PSS output to the summing junction of the AVR. d. Adjustable key PSS and Exciter parameters to facilitate field adjustment and calibration. Calibration units shall relate to actual parameter's engineering units, and output limiters shall have individually adjustable maximum and minimum parameters. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. All Siemens, IEEE, NERC and MRO procedures and requirements shall be followed as applicable in tuning the PSS and exciters. PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7.Attachment/Technical Exhibit List: 7.1.Attachment 1/Technical Exhibit 1 - Performance Requirements Summary 7.2. Attachment 2/Technical Exhibit 2 - Deliverables Schedule 7.3 Attachment 3/Technical Exhibit 3 - Estimated Workload Data N/A 7.4 Attachment 4/ Technical Exhibit 4 - Technical Specifications TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective (The Service required-usually a shall statement)StandardPERFORMANCE THRESHOLD (THIS IS THE MAXIMUM ERROR RATE. IT COULD POSSIBLY BE quote mark ZERO DEVIATION FROM STANDARD quote mark ) Method of Surveillance PRS # 1. The contractor shall provide 1 PSS card.The contractor provided the PSS card shall be designed by Siemens for the EX-1 exciter and shall match the 2 cards provided by the government. The card will be acceptable if it is a card approved by Siemens for this application.The card will be compared against the other cards and the results of the tuning will be used to determine if the card is acceptable. PRS # 2 Insert and tune the PSS card and tune the exciter on Unit 1The PSS and exciter will be tuned using the IEEE standards and meeting the requirements of MRO for this application.The response of the exciter and PSS meet or exceed the requirements of IEEE and MROThe generator response to testing and the testing results will be compared against the standards. PRS # 3 Insert and tune the PSS card and tune the exciter on Unit 1 The PSS and exciter will be tuned using the IEEE standards and meeting the requirements of MRO for this application.The response of the exciter and PSS meet or exceed the requirements of IEEE and MROThe generator response to testing and the testing results will be compared against the standards. PRS # 4 Insert and tune the PSS card and tune the exciter on Unit 1 The PSS and exciter will be tuned using the IEEE standards and meeting the requirements of MRO for this application.The response of the exciter and PSS meet or exceed the requirements of IEEE and MROThe generator response to testing and the testing results will be compared against the standards. PRS # 4 Provide a report/documentationThe report shall show that each exciter and PSS is properly tuned.The report will show that the PSS and exciter response is stable meets the requirements of IEEE and MRO for this application.The report will reviewed to determine if it is adequate. TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE DELIVERABLEFREQUENCY# OF COPIESMEDIUM/FORMATSUBMIT TO ScheduleOne time unless an Update is needed. Provide 2 copies. Email The COR and the Project Manager 1 - PSS CardOne time deliveryNo copies The card designed for this application To be provide at time of tuning to the Plant. Tuning of Unit 1 PSS and ExciterOne timeNo copiesVisual results of the tests.COR or USACE personal assisting in the tuning. Tuning of Unit 2 PSS and ExciterOne timeNo copiesVisual results of the tests.COR or USACE personal assisting in the tuning. Tuning of Unit 3PSS and ExciterOne timeNo copiesVisual results of the tests.COR or USACE personal assisting in the tuning. Report One timeProvide 4 copiesPaper/Email3 copies to the Gavins Point Plant COR and 1 Copy to Omaha Operations Tech Section. TECHNICAL EXHIBIT 3 ESTIMATED WORKLOAD DATA N/A TECHNICAL EXHIBIT 4 TECHNICAL SPECIFICATIONS If an external PSS is provide instead of the PSS specified in the Performance Work Statement then it must meet the requirement of IEEE, MRO and the specification below: External PSS requirements if provided as an alternative Power System Stabilizer (PSS): 1. Type: PSS2B in accordance with IEEE 421.5, dual input type, utilizing both frequency and electrical power input signals simultaneously. 2. Perform following functions: a. Supplement AVR action by adding a control signal to regulator input. b. Cause excitation system to change terminal voltage of synchronous machine in proportion to, and in phase with, the machine speed deviation from normal. c. Synthesize a control signal that represents the integral of accelerating power. Condition control signal with three adjustable lead time constants, three adjustable lag time constants, adjustable gain, and adjustable washout filter. 3. Provide following adjustable features: a. Adjustable gain range of at least zero to 100 per unit. b. Adjustable lead time constants range of at least 0.01 to 10 seconds. c. Adjustable lag time constant range of 0.01 to 10 seconds. d. Adjustable washout filter range of 2 to 30 seconds. 4. Provide adjustable limiter for independent limit setting of each polarity signal and to prevent stabilizer signal from exceeding the equivalent of 0 to plus or minus 0.20 per unit change in synchronous machine terminal voltage. Additionally, provide devices to automatically remove PSS signals when terminal voltage of synchronous machine exceeds an adjustable level from plus or minus 5 percent to plus or minus 10 percent. 5. Provide low-power cutoff circuit to remove PSS signals from the AVRs. Adjustable circuit from 0 to 80 percent of synchronous machine real power output. 6. Provide internal frequency calculator. 7. Provide following functions: a. PSS ON when synchronous machine is in synchronous condense mode. b. When control switch is OFF, PSS is not in service regardless of unit breaker position. c. When control switch is ON, PSS is placed in service automatically when unit breaker closes and the active power level is above the low power cutoff point; it is switched out of service automatically at low power cutoff point or when unit breaker opens. 8. Provide suitable equipment to automatically remove PSS signal to AVRs under conditions of PSS malfunction. Mount equipment in regulator cubicle. Provide PSS with an electrically isolated, normally open contact that closes when PSS malfunctions or is disabled. Provide PSS control switch with contacts interlocked with PSS alarm contacts to prevent false alarms when control switch is turned to OFF position.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-14-T-0062/listing.html)
 
Place of Performance
Address: USACE GAVINS POINT PROJECT 55245 HIGHWAY 121 CROFTON NE
Zip Code: 68730
 
Record
SN03399771-W 20140620/140619022619-548b713dac670958bb7748459715f04b (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.