Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2020 SAM #6957
SOURCES SOUGHT

J -- Repair of Hydroelectric Generator Turbines, Water Passages, and Ancillary Equipment at Hydroelectric Facilities for the U.S. Army Corps of Engineers within the South Atlantic Division

Notice Date
12/14/2020 12:57:42 PM
 
Notice Type
Sources Sought
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127821L0007
 
Response Due
1/5/2021 12:00:00 AM
 
Archive Date
01/20/2021
 
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
Solicitation Number: W9127821L0007 Product Code: J028 Maintenance, Repair, and Rebuilding of Equipment � Engines, Turbines, and Components NAICS:�� 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Subject:� Repair of Hydroelectric Generator Turbines, Water Passages, and Ancillary Equipment at Hydroelectric Facilities for the U.S. Army Corps of Engineers within the South Atlantic Division Text: Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on an Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) for repairing Hydroelectric Generator Turbines, Water Passages, and Ancillary Equipment. Major repairs, replacements, and installation work which may occur under this contract will be principally limited to Kaplan turbines (90 inch diameter) and Francis turbines (39 inch throat diameter) and larger. Major repairs, replacements, and installation work on water passage ancillary equipment will be principally limited to main unit and fish unit equipment. Tasks may include but are not limited to: Cavitation and/or crack repair of Francis runner buckets; Cavitation and/or crack repair of Kaplan runner blades; Cavitation repair of discharge ring; Cavitation repair of draft tube liner; Reattachment of failed turbine runner components, e.g. blade fragment or runner cone; Replacement of wicket gate(s) without rotor removal; In-place blade blocking / blade pinning; Weld repair of headcovers, stay vanes and turbine components including development of weld procedures; Repairs of existing high pressure oil lift systems or designing and installing new systems if beyond repair; Repairs of wicket gate servomotors Turbine shaft sleeve replacement; Turbine shaft packing box repairs; Unit alignment, including re-doweling bearing housing(s), leveling thrust bearing, and associated with other repairs; Rotor balancing, Unit start-up, and commissioning associated with other repairs. The proposed contract duration will be for a five (5) year ordering period.� This is a Market Research and Sources Sought Notice only.� No award will result from this Sources Sought Notice.� There is no solicitation available at this time; therefore, do not request a copy of the solicitation.� If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements.� It is the contractor�s responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract.� Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice.� This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought notice is to determine the availability of qualified small business contractors to perform these services and to determine socioeconomic classifications (Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each.� The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 811310, the small business standard for which is $7,500,000 annual revenue. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information on the face page: 1. Contractor�s name, address, primary points of contact with telephone numbers, e-mail addresses, Cage code and Dunn and Bradstreet number. 2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, Large Business Concern, etc.) shall be indicated on first page of submission. 3. Capabilities Statement on how the company can provide the services stated within the drafted Scope of work. 4. Describe no more than (3) similar projects for like services as described above.� Provide the project name, description, location, overall dollar value, date services completed or percentage of completion.����� The above requested information shall not exceed a total of eight (8) pages on 8.5"" x 11"" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Responses are due no later than 5 January 2021, 2:00 p.m. CDT.� Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Laura R Knight, Contract Specialist, at CTHYDRO-PROPOSALS@usace.army.mil.�� In the subject line of your email state: Response to Repair of Hydroelectric Generator Turbines, Water Passages, and Ancillary Equipment at Hydroelectric Facilities for the U.S. Army Corps of Engineers within the South Atlantic Division. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c854c38c41254591b809b44a7a906f52/view)
 
Place of Performance
Address: Mobile, AL 36602, USA
Zip Code: 36602
Country: USA
 
Record
SN05873648-F 20201216/201214230142 (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.