COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4, 2001 PSA #2928
SOLICITATIONS
J -- ELWHA POWERPLANT #2 EXCITER AND COMMUTATOR REWIND/REBUILD
- Notice Date
- August 30, 2001
- Contracting Office
- Bureau of Reclamation, Contracts Group, 1150 N. Curtis Road, Suite 100, Boise, Idaho 83706-1234
- ZIP Code
- 83706-1234
- Solicitation Number
- 01SQ100680
- Response Due
- September 12, 2001
- Point of Contact
- Robert Milette, 208-378-5110, fax 208-378-5108, email rmilette@pn.usbr.gov
- E-Mail Address
- Click here to contact the contracting officer via (rmilette@pn.usbr.gov)
- Description
- This is combined synopsis/solicitation for commercial items prepared in accordance with the format at Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information in this notice, and with Simplified Acquisition Procedures per FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Reference Request for Quotation (RFQ) number 01SQ100680 in quotes submitted in response to this announcement. Quotes are due September 12, 2001, Noon, MDT. The RFQ incorporates revisions and clauses in effect through Federal Acquisition Circular 97-27. This acquisition is set aside for small business. The North American Industry Classification System (NAICS) code for manufacturing is 335312, Motor and Generator Manufacturing, and the small business size standard is 1,000 employees. The Pacific Northwest Region, United States Bureau of Reclamation, has a requirement involving the #2 main exciter and commutator from the Elwha Powerplant, Elwha River Restoration Project, near Port Angeles, Washington. From Port Angeles proceed west on US-101, turn right onto WA-112 and proceed west less than one (1) mile, turn left onto Lower Dam Road and proceed to the Elwha Powerplant at the end of the road, approximately one-half mile. CLIN 001 Inspection and diagnostic testing of #2 main exciter, exciter field, and commutator; CLIN 002 Clean, service, and test #2 exciter field; CLIN 003 Labor and material to rebuild commutator; CLIN 004 (if necessary) Labor and material to rewind #2 exciter armature; CLIN 005 Final testing of #2 rewound exciter armature and rebuilt commutator; CLIN 006 (at Reclamation's option) Disassemble #2 main exciter and commutator; and CLIN 007 (at Reclamation's option) Reassemble #2 main exciter and commutator. It is Reclamation's intention to disassemble and reassemble the complete #2 exciter and commutator. If disassembly and reassembly by the Contractor is required, Reclamation will provide one technician to assist the Contractor. The Contractor shall a) pick up the #2 exciter and commutator at Elwha Powerplant and transport to Contractor's plant; b) inspect and test the existing #2 exciter armature, the #2 exciter field, and the commutator to determine the cause of the apparent armature winding short circuit(s); c) clean and test the #2 exciter field; d) rebuild the commutator; e) rewind the #2 exciter armature; f) provide testing of the rebuilt commutator and rewound #2 exciter armature; and g) return the #2 exciter and commutator to Elwha Power Plant by October 15, 2001. TYPE AND RATING -- the generator is a Westinghouse direct current synchronous machine horizontally mounted and driven by its own turbine and penstock. Name plate ratings are: Generator rating (kVA) 3,000; Voltage (Volts, AC) 6,600; Power factor 0.8; Speed (rpm) 850; #2 Exciter rating (kW); 200; Voltage (Volts DC) 125; Armature current (rated Amps) 1,600; Armature weight (lbs) 3,500. Operating History -- the original powerplant, constructed in 1913, contains horizontal turbine generator units 1 and 2, and one d-c station-service unit. Units 1 and 2 are fed by two 9.5-foot-diameter penstocks and are rated at 4,800 horsepower. The station service unit, fed by a 30-inch penstock, is rated at 200 kW. WORK AND MATERIALS FURNISHED BY THE CONTRACTOR -- the Contractor shall be responsible for packaging and shipping of the complete #2 exciter and commutator from and to the Elwha Powerplant. The new windings shall be asbestos-free, have new copper conductors of the same cross section, and have the same number of turns as the existing windings. The insulation rating shall be similar to or better than the existing insulation. The winding terminations shall be made at the commutator segments, which shall be machined to produce a smooth surface. The insulation between the commutator segments shall be undercut to a depth which will prevent contact between the insulation and the brushes as well as excessive bridging between the commutator segments with carbon dust for the duration of the normal one-year maintenance period. The steel components of the existing commutator shall be re-used unless damaged as determined by Reclamation. The Contractor shall recommend what (if any) measurements of the #2 exciter should be made before disassembly. INSPECTION AND DIAGNOSTIC OF COMPLETE #2 EXCITER -- the #2 exciter field windings, armature windings, commutator, and iron cores shall be inspected for heat discoloration, carbon tracking, cracking of insulation surfaces, integrity of connections between the field windings, condition of the wire terminations on the commutator, and abnormal commutator wear. SERVICE #2 EXCITER FIELD -- the field pole assembly to the exciter frame shall be tightened if required; any loose windings shall be shimmed to the pole bodies with insulating materials; the connections between the field windings shall be repaired if required; the field windings shall be cleaned by steam cleaning and any moisture shall be dried out; the field windings shall be tested for shorted windings and correct polarity; the insulation surfaces shall be re-coated with insulating epoxy enamel; the reconditioned field windings shall have a minimum insulation resistance of 10 Meg-Ohms to ground; a pole-drop test shall be performed and reported; other testing not specified herein may be performed by the Contractor with prior Reclamation approval. REWIND OF #2 EXCITER ARMATURE -- the Contractor shall notify Reclamation if the #2 exciter armature does not require a rewind after a factory inspection and disassembly of the commutator. If a rewind is necessary (as determined by Reclamation), then the Contractor shall not distort or otherwise damage the #2 exciter armature mounting sleeve during the rewind work and shall make measurements prior to any pre-conditioning work and after reassembly to demonstrate that no damage has occurred. The Contractor shall maintain, as a minimum, the same cross-sectional area of copper as the existing armature winding. The Contractor shall install slot closing sticks consisting of GPO-1, -2, or -3 materials as listed in NEMA LI1 (1989), paint as required, and dynamically balance the #2 exciter armature. The completely reassembled exciter shall be free of vibrations due to excessive imbalance at any speed up to and including runaway. FINAL TESTING OF #2 EXCITER ARMATURE REWIND AND NEW COMMUTATOR -- Factory testing of the #2 exciter armature and commutator shall be made in accordance with ANSI C50.10 (1990), C50.12 (1989), and IEEE 115 (1995), and shall include resistance, temperature, and dielectric tests. The armature windings and commutator shall undergo and successfully pass (as determined by Reclamation) a surge comparison test. Other testing not specified herein may be performed by the Contractor with prior Reclamation approval. The Contractor shall on-site field test resistance values prior to and after exciter re-assembly. Copies of all test data and drawings (including any winding diagrams) shall be provided to the Government. WARRANTY -- A one year warranty from final acceptance by Reclamation covering all materials and workmanship on the rewound exciter armature and rebuilt commutator is required. Final acceptance by the Government shall mean the day of successful on-site pre- and post-exciter re-assembly. Include with quote company name, DUNS number, contact name, mailing address, street address if different from mailing address, phone number, fax number, and, email address. The following FAR provisions and contract clauses are incorporated by reference: 52.212-1 Instructions to Offerors Commercial Items (Oct 2000); 52.212-3 Offeror Representations and Certifications Commercial Items (May 2001) NOTE FAR Clause 52.212-3 must be completed and returned with your quote. This clause is available on the Internet at the FAR website at http://www.arnet.gov/far/ or by fax (fax or email request to request Robert Milette, fax 208-378-5108, email rmilette@pn.usbr.gov); 52.212-4 Contract Terms and Conditions Commercial Items (May 2001); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2001). FAR clause 52.212-5 paragraph (b) is tailored to incorporate the following clauses: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1 Buy American Act Balance of Payments Program Supplies; and 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration. Award will be based on the best value to the Government. We will evaluate quotes based on the following: (1) Price; (2) Delivery; (3) Warranty; (4) Past Performance. Quotes are to be submitted to Robert Milette by fax at 208 378-5108 with original to follow by mail to Bureau of Reclamation, Pacific Northwest Region, ATTN: Robert Milette PN-3108, 1150 N Curtis Rd, Ste 100, Boise, ID 83706-1234. See Numbered Note 1
- Record
- Loren Data Corp. 20010904/JSOL019.HTM (W-242 SN50W4J4)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 30, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|