SOURCES SOUGHT
Z -- Dworshak Digital Exciters Replacement
- Notice Date
- 12/19/2016
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- 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-17-R-SS11
- Archive Date
- 2/11/2017
- Point of Contact
- Cynthia Jacobsen, Phone: 509-527-7203
- E-Mail Address
-
cynthia.h.jacobsen@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Dworshak Digital Exciters Replacement Sources Sought Notice: W912EF-17-R-SS11 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Dworshak Digital Exciter Replacement. The work is located at Dworshak Dam in Ahsahka, Idaho. This will be a firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 238210 and the associated small business size standard is $2,000,000.00. This sources-sought announcement is a tool to identify small businesses with the interest in and capability to accomplish the work. This is not a solicitation. This notice neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. It should not be construed as a commitment by the Government for any purpose. Responses to this Sources Sought notice will be used for market research purposes by the Government to make appropriate acquisition decisions. Therefore, no contract award will result from this sources sought. A) A list of current or past projects demonstrating relevant technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B) A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference. C) Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F) Cage Code and DUNS number. Submit this information to Cynthia Jacobsen, Contract Specialist, via email to cynthia.h.jacobsen@usace.army.mil. Your response to this notice must be received on or before 2:00 PM on Friday, January 27, 2017. Please reference "SOURCES SOUGHT: Dworshak Digital Exciters Replacement" in the subject line. Summary Scope of Work: Dworshak Main Unit Generator Details: Dworshak Generator units 1-3 were manufactured by Siemens under license for the Allis Chalmers Company and were commissioned between 1971 and 1972. The three-phase, salient pole, vertical, synchronous generators have the following characteristics and ratings: UNITS 1-2: Manufacturer: Allis Chalmers Rating (kVA) 94,737 Power Factor: 0.95 Overload Capability (%): 115 Voltage (V): 13,800 Speed (rpm) 200 UNIT 3: Manufacturer: Allis Chalmers Rating (kVA) 231,579 Power Factor: 0.95 Overload Capability (%): 115 Voltage (V): 13,800 Speed (rpm) 128.6 The plans and specifications shall cover the work necessary by the Contractor to design; prepare drawings, data, and installation instructions; manufacture; shop test; prepare and load for shipment; deliver f.o.b. destination; and install, make completely operational, test and commission two complete digital static excitation systems for Units 1 & 2 and one for Unit 3 at Dworshak Powerhouse. The work also includes removing the existing excitation systems for these units and modifying the existing control panels. The new excitation cubicles and power potential transformers shall be designed to occupy the same location as the existing ones. The location of all external connections from the excitation system shall remain the same with limited variations. The contract drawings will note the exceptions. New conductors shall be installed for all the external connections. Main Unit Exciter Replacement: NEW ARRANGEMENT, UNIT 1 & 2 The new excitation cubicles and power potential transformers (PPT's) shall be installed in their present locations. The existing Unit 1 & 2 excitation cubicles have single bridges to handle the current. (772A nominal, 915A Max) The "footprint" of the excitation cubicle and PPT is given on the contract drawings. New conductors shall be pulled for all the external excitation system connections through the existing cable tray and conduit system. The new excitation cubicle and PPT shall be mounted per applicable seismic requirements. There may be a need for minor adaptations to cable tray risers and conduit entries to accommodate the new excitation system. PPT PRIMARY FEED The existing raceway shall be reused for the PPT primary feed. New conductors and current limiting fuses in the primary terminal chamber of the Unit 1 & 2 PPTs, sized appropriately, will be installed. The location of the taps and connections will remain the same. SWITCHBOARD MODIFICATIONS The only component called out in the specification for removal is the Null meter. The location of removal shall be repaired per the requirements of the specification. Exciter control shall be wired to existing controls on the unit switchboards and in the control room. NEW ARRANGEMENT, UNIT 3 The plan is for the new excitation cubicle and PPT to be installed in its present location. The existing Unit 3 excitation cubicle has two bridges installed in parallel to handle the current. (1,690A nominal, 2,050 Max) The "footprint" of the excitation cubicle and PPT is given on the contract drawings. New conductors shall be pulled for all the external excitation system connections through the existing cable tray and conduit system. The new excitation cubicle and PPT shall be mounted per applicable seismic requirements. There may be a need for minor adaptations to cable tray risers and conduit entries to accommodate the new excitation system. PPT PRIMARY FEED The existing raceway shall be reused and the conductors replaced for the PPT primary feed. The Government will have to determine if the existing parallel fuses installed in the Generator barrel for Unit 3 PPT can be reused. USACE recommends that the contractor replaces the existing fuses with the spare fuses in storage at Dworshak and replaces the fuses in storage. The location of the taps and connections will remain the same. SWITCHBOARD MODIFICATIONS The only component called out in the specification for removal is the Null meter. The location of removal shall be repaired per the requirements of the specification. Exciter control shall be wired to existing controls on the unit switchboards and in the control room DIGITAL EXCITER REPLACEMENT - General Contract Requirements: The contract requires completion of all work within coordinated on-site installation work windows covering a period of approximately 365 calendar days. The anticipated on-site work windows will begin in September 2017 and complete in February 2019. Work must be completed within the specified work window in order to return the power plant back to service in accordance with a coordinated power generation system outage plan. The Contractor must be able to staff (supervision and labor) and provide on-site physical plant to support potential multiple daily work shifts and 7-day work weeks to meet the requirements of the construction schedule constraints. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years' experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. This contract will include the use of two Government powerhouse bridge cranes to conduct hoisting operations related to the demolition of existing equipment and the installation of new equipment. The Contractor will be required to furnish qualified crane operators, rigging personnel, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5-years. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of preliminary and final Operation and Maintenance Manuals, As-Built Drawings, and Contractor Prepared Shop Drawings. Spare Parts for the new excitation equipment will be furnished by the contractor and delivered to the customer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-17-R-SS11/listing.html)
- Place of Performance
- Address: Dworshak Dam, 1428 Northfork Drive, Ahsahka, Idaho, 83520, United States
- Zip Code: 83520
- Zip Code: 83520
- Record
- SN04354790-W 20161221/161219234118-1858123731d0e8b0363f0cedcef09ffd (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 |