Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2015 FBO #4886
SOURCES SOUGHT

Y -- SAD Hydropower SATOC

Notice Date
4/9/2015
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-15-Z-0002
 
Archive Date
5/15/2015
 
Point of Contact
Kosha K Jones, Phone: (912) 652-5108
 
E-Mail Address
kosha.k.jones@usace.army.mil
(kosha.k.jones@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SAD Hydropower SATOC SOURCES SOUGHT NOTICE The U.S. Army Corps of Engineers, Savannah District is conducting market research to identify any/all business sources with the capacity and technical capability necessary to successfully perform the requirements described herein. The subject requirement is to provide for the investigation of failures, repairs and/or replacement of generator components and hydraulic turbine components in support of the Southeastern Power Administration (SEPA). Work will be performed at USACE hydroelectric facilities within the SAD Area of Operations (AO) civil boundaries; Savannah District, Mobile District, Wilmington District and Charleston District. Task orders issued under this SATOC will be used by SAD for supplies and services for the analysis, testing, diagnostics, repair, rehabilitation, and/or replacement of generating equipment. The scope will provide immediate response capacity for failed or suspect equipment that is outside the maintenance cycle. This is critical to the SEPA mission to support power needs of its customers in the Southeast and operate the electric grid reliably. Task orders may also be used to perform emergency non-routine maintenance and assessment at SAD hydroelectric facilities. Lists of the hydropower facilities within SAD will be included in the solicitation. Task Orders will be issued on an as-required basis. General Services. Equipment to be worked on includes major electrical and mechanical equipment required to produce electrical energy from water. Examples of the components related to the power train equipment identified for the work under this contract are as follows: Equipment Type 1. Generators and large (500 hp & over) pump motors. Equipment Type 2. Turbines, large (500 hp & over) pumps, water passage, and closure devices (including their power and control units). Major rehabilitations, replacements, upgrades and installation work, which may occur under this contract, will be principally limited to generators, Kaplan turbines and Francis turbines. Major rehabilitations, replacement, and installation work on motors and pumps will be principally limited to units rated at 500 hp and above. Major rehabilitation, replacement, and installation work on water passage and closure devices (including their power and control units) will be principally limited to main unit equipment. Structural inspections, assessment and analysis of generators and of major equipment foundations may be requested under this contract.   Types of Services Per Equipment Type. A list of the type of work/services for Equipment Type 1 and 2 that may be executed with this IDIQ SATOC are shown below. TABLE 1: TYPE OF WORK/SERVICE Equipment Type 1: Generators and Large (500 Hp & Over) Pump Motors - Performing periodic inspections including structural inspections - Re-tubing or replacing coolers - Performing inspections following unit failure may include testing, measurements, and/or diagnostics - Repair or replace thrust and guide bearing system components, including rebabbitting - Rewedging - Repairs to rotor & stator weldment - Reestablishing corona suppression systems - Disassembly and reassembly of generators - Performing half coil splices - Repairing rotor poles - Partially rewinding stators - Rewinding entire stators - Removing, aligning, and reinstalling rotor poles - Repairing stator cores - Replacing interpole rotor connections - Restacking stator cores - Replacing amortisseur windings - Designing manufacturing, installing, and testing replacement stator cores - Repairing rotating exciters - Designing, manufacturing, installing, and testing stator coils - Performing periodic inspections including structural inspections and repair - Designing, manufacturing, installing, and testing stator bars - Designing, manufacturing, installing, and testing rotor poles - Performing stator core and winding design vibration analysis including Finite Element Analysis of the stator core and windings for the purpose of identifying the cause of and eliminating machine vibration. - Repairing stator frame, e.g. repairing weld cracks, stiffening, etc. - Performing stator core and winding vibration repairs. - Repairing rotor spider frame - Performing electrical testing - Rim shrink analyses and recommendation - Repair or Replace neutral grounding - Performing rotor rim repairs and re-shrinking - Repair brake system - Generator shaft repair or replacement Equipment Type 2: Turbines, Large (500 Hp & Over) Pumps, Water Passage, and Closure Devices: - Crack Fracture Mechanics on non-rotating equipment including Finite Element Analysis - Performing inspections following unit failure may include testing, measurements, and/or diagnostics - Crack repair of Kaplan and Francis runner blades including inspections - Reattachment of failed turbine runner components, e.g. blades or fragment of runner cone - Refurbish existing high pressure oil lift systems or designing and installing new systems - Turbine inlet valve refurbishment, e.g. seal replacement, hydraulic power unit refurbishment - Weld repair of headcovers, stay vanes and turbine components including development of weld procedures and inspections by Certified Welding Inspectors. - Removal, refurbishment, and rehabilitation of wicket gate servomotors - Unit alignment, including redoweling and bearing housing(s) movement, and shimming - Cavitation repair including: Francis or Kaplan runner blades, discharge rings/draft tube liners, and/or wicket gates - Replacement of wicket gate(s) without rotor removal - Turbine shaft sleeve replacement - In-place blade blocking/blade pinning - Turbine shaft repair - Unit start-up and commissioning - Turbine shaft packing box refurbishment - Kaplan linkage repair - Dissassembly/Reassembly This is a Sources Sought Notice only. All offerors interested in competing for any future solicitation as a prime contractor should respond to this Sources Sought Notice. This is not a solicitation announcement. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will use responses to this Sources Sought Notice to make appropriate acquisition decisions. Any resultant contract is anticipated to be a Single Award Task Order Contract (SATOC) with one (1) year base period; with four (4) one year option periods. The Scope of Work (SOW) requirements fall under the North American Industry Classification System (NAICS) code 237130, "Power and Communication Line and Related Structures Construction." Interested firms must demonstrate in their capability statement evidence of capabilities to perform comparable work identified for this project under identified NAICS code at the magnitude estimated for this IDIQ. Additionally, all potential offerors should submit past projects in which they have completed this type of work, completion date, total contract value and your company's level of involvement in the project. You should also provide at least one point of contact (with email address and phone number) for project validation. Please also include the name and address of your firm, point of contactyou're your company's business size to include any small business designation such as HUBZone, 8(a), SDVOSB, SDB, Women-owned, etc in your submission. The total capacity for this contract is $45M. The ordering limitation for task order shall range between $25K and $2M. Please submit the requested information to the attention of Ms. Kosha Jones, Contract Specialist, at kosha.k.jones@usace.army.mil by 2:00 p.m(Local Time) 15 April 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-15-Z-0002/listing.html)
 
Record
SN03695481-W 20150411/150409235711-43d49cece2c4c8bb8d01ba0f6d3809f2 (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.