MODIFICATION
Y -- Turbine Generator, Barkley PP - Request for Information - General Market Research - Revised Request for Information - Revised PLA
- Notice Date
- 6/29/2017
- Notice Type
- Modification/Amendment
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-17-R-XXX3
- Archive Date
- 7/20/2017
- Point of Contact
- Lether E. Robinson, Phone: 6157367915
- E-Mail Address
-
lether.e.robinson@usace.army.mil
(lether.e.robinson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Revised PLA Revised Request for Information General Market Research There are two Request for Information (RFI) associated with the Turbine-Generator project at Barkley Power Plant, Kuttawa, KY and one general market research survey. First, is a general RFI to determine a competitive basis. Second is a Project Labor Agreement (PLA) RFI to determine if use of a PLA is appropriate for this project. Third is a general market research survey to assist the Nashville District with planning future projects. We request that you respond to all three. The Nashville District U.S. Army Corps of Engineers (USACE) anticipates a requirement for a firm fixed-price construction contract to accomplish the following work* at Barkley Power Plant, Turbine-Generator project: Summary of work for Barkley Turbine Generator: 1. The overall goal of this project is to increase the generator maximum output from 32.5 MW to 41.85 MW (46.5 MVA). This will be accomplished by rewinding units 2, 3, and 4. Unit 1 was rewound in September 2011. All the mechanical system to support this new load will have to be assessed and refurbished. While the units are down for rehabilitation there will be some efforts to upgrade or replace systems associated with the turbine generators. 2. General Project: The term of the project is estimate for 2 years of model testing and fabrication of the first unit. Followed by an additional 12 months of installation per unit. 3. Electrical Work: The electrical work will primarily include the stator winding, core laminations, rotor poles, and model verification. The stator is expected to be upgraded to epoxy mica insulation. This will allow for better thermal performance. The core will be designed with continuously stacked cores for more physical strength. 4. Turbine Work: Majority of the turbine work will be focused around head covers, wicked gates, turbine shaft, runner, bearings, operating ring, servomotors, and facing plates. Four (4) new runners will be installed with the implementation of a static oil head. A special item in this contract will be producing a display from the existing runner. The wicked gates will be refurbished and some spares will be fabricated. All turbine bearings will be inspected and converted to a straight fit and rest of the turbine equipment will be inspected and/or replaced to include but not limited to stay ring, stay vane, vacuum breaker, discharge ring, winter-kennedy and heat taps, head covers, bottom ring, and facing plates. 5. Mechanical Work: During the rehab all the mechanical support systems will be inspected or upgraded. This will include but not limited to brake ring, brake cylinders, thrust bearing coolers, float switches, digital relays, oil cleaning skid, governor temperature readout, lift system replacement, surface air cooler replacement, rotor spider inspection, guide bearing pumps, unwater valve, vacuum breakers, wicket gate lubrication system, and rotating exciter will be removed. 6. Asbestos Abatement: This will involve testing, removal and disposal of asbestos equipment in order to complete the rehabilitation contract. 7. Transformer Installation: Install government supplied two (2) three phase 13.2 - 13.2 / 161 kV main unit generator step-up (GSU) power transformers. This will required the removal of two (2) previously installed transformers located in the switchyard and disposal. The new equipment must be integrated with the grounding mat, oil containment and fire protection system. The contractor will be required to provide all plant, labor and materials to construct these features. *Please note that this description is subject to change.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-17-R-XXX3/listing.html)
- Place of Performance
- Address: Barkley Power Plant, Kuttawa, Kansas, United States
- Record
- SN04562299-W 20170701/170629234959-4fecaf67e18b647be14ed727fb02c91c (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 |