Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2020 SAM #6624
SOLICITATION NOTICE

Z -- Unit 3 and 4 Generator Rewind, Hartwell Powerhouse, GA

Notice Date
1/16/2020 7:20:16 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127820R0018
 
Response Due
1/31/2020 3:00:00 PM
 
Archive Date
03/06/2020
 
Point of Contact
Laura R. Knight, Phone: 2516943735, Joan Rensink, Phone: 2514416172
 
E-Mail Address
laura.r.knight@usace.army.mil, joan.a.rensink@usace.army.mil
(laura.r.knight@usace.army.mil, joan.a.rensink@usace.army.mil)
 
Description
THIS PROJECT WILL BE ADVERTISED ON AN UNRESTRICTED BASIS UTILIZING FAR PART 15 SOURCE SELECTION PROCEDURES THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 237990. The solicitation will be available for download on or about �31 January 2020. The estimated cost range of this project is between $10,000,000 and $25,000,000. The Government intends to award one Firm Fixed Price 'C' type contract as a result of this solicitation. The work to be performed under this contract consists of all work required to rewind two hydroelectric generating units at Hartwell Powerhouse, Hartwell, GA. The contractor shall be responsible for field verifying existing drawings and creating as-built drawings. The contractor shall furnish all labor, material, and equipment to perform this work in strict accordance with the detailed requirements of the Scope of Work (SOW) specifications and associated drawings. The work described within these specifications shall include, but not necessarily be limited to the following: Pre-disassembly mechanical and electrical testing, alignment checks, and disassembly of two hydroelectric generating units. Perform an electromagnetic finite element analysis of the proposed winding and core design to eliminate air-gap flux stator vibrations at fundamental and harmonic frequencies. Analyze the existing frames for suitability for continued service with the new cores, keybars, and core clamping systems. Inspect and evaluate the stator frame sole plates, condition of the frame and sole plate interface and develop options to improve the fit and function as necessary, and verify torque of foundation anchors and hold-down bolts. Design, manufacture, and perform voltage endurance testing on 4 prototype coils. Manufacturer and perform thermal cycle testing on 5 prototype coils. Manufacture, shop test, prepare and load for shipment, deliver f.o.b. destination, and unload two complete set of stator coils and all accessories. Remove the old stator windings, stator cores and stator core clamping systems. Furnish and install new circuit rings, surge rings, neutral current transformers, and surge arresters. Furnish, install and test two new stator cores, stator windings and accessories. Clean and inspect rotor, clean and test the rotor field poles winding, reinsulate the rotor field leads, and at the option of the government, refurbish the rotor poles. Reassemble, perform start-up, commissioning, and testing of the generator including generator special field tests and model validation tests on the excitation and governor systems. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in System for Award Management (SAM) before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via SAM. Registration for plans and specifications should be made via SAM Internet Homepage. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. N ote No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be electronic format with the proposal. N ote No. 3: Critical path method (network analysis system) is not required. N ote No. 4: For this job, a small business is defined as having average annual receipts of less than $39,500,000 for the past three years. N ote No. 5: It is anticipated that this solicitation will not have bid options. However, optional bid items may be added if it is determined to be in the Government's best interest. N ote No. 6: All advertisements of Mobile District projects will be through the System for Award Management (SAM). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.sam.gov. Address questions concerning downloading of plans/specifications to the Contract Specialist indicated above. N ote No. 7: Site Visit information will be posted with the solicitation. N ote No. 8: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the ProjNet internet based system, and specifics will be contained in the RFP solicitation package available exclusively from SAM. Other forms of communicating RFIs to the Government will not be honored. The Government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to the closing date.)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/22e3ae8a65a646c793d69dfbde68562e/view)
 
Place of Performance
Address: Hartwell, GA, USA
Country: USA
 
Record
SN05536918-F 20200118/200116230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.