PRESOLICITATION NOTICE
28 -- McNary Powerhouse Modernization, Turbine Upgrade, McNary Dam, Umatilla, Oregon
- Notice Date
- 1/4/2002
- Notice Type
- Presolicitation Notice
- Contracting Office
- US Army Engineer District, Walla Walla - Civil Works, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- DACW68-02-R-0001
- Response Due
- 3/14/2002
- Archive Date
- 4/13/2002
- Point of Contact
- Phyllis Buerstatte, 509 527-7211
- E-Mail Address
-
Email your questions to US Army Engineer District, Walla Walla - Civil Works
(Phyllis.L.Buerstatte@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA CONTACT INFO: Contract specialist is D. Scott Shelley (509) 527-7208; Technical POC is John Boschker (509) 527-7541 To order a CD interested firms may either (1) fax requests, complete with company name, shipping address, point of contact, phone number, fax number, and business size to Connie Kindelspire at (509) 527-7226 or (2) email requests with all of the same infor mation to Connie.L.Kindelspire@usace.army.mil The Walla Walla District?s web page http://www.nww.usace.army.mil/ebs/AdvertisedSolicitations.asp may be used, however, it is requested that registration be confirmed with either a fax or an email. The gove rnment cannot guarantee a bidder will make it onto the bidders list if registration is completed using only the web page. Solicitation documents, including drawings, will be available on CD ONLY. The solicitation will be issued on or about Feb 12, 2002, with proposals due on or about March 14, 2002. The U.S. Army Corps of Engineers, Walla Walla District, intends to upgrade the turbines at McNary Dam powerhouse. Acquisition of this contract will be accomplished by using a two-phase source selection (negotiation) process. First Phase will be the design, fabrication and testing of turbine models in a competitive model test scenario. The models are to be designed and built to a model-to-prototype scale. Models will then be installed and tested at an independent testing labo ratory and also at the Army Corps of Engineers Engineering Research and Design Center in Vicksburg, Mississippi. Contractors who are determined to be most capable of designing, manufacturing and installing the turbine repairs and modifications required at McNary Dam will be selected to participate in the first phase (model test phase). Second Phase: The contractor who produces the turbine model that is determined to best meet the needs of the Government will be selected to manufacture and install a first unit (prototype). After the prototype is installed, the Government will conduct ex tensive biological and field performance testing. The results of the testing will provide information needed in the decision making process for powerhouse modernization plans. Should the recommended plan be to replace existing turbines, then contract opt ions for as many as thirteen additional full-size units may be exercised. There are 14 existing Kaplan type turbines at McNary powerhouse that were manufactured by S. Morgan Smith, Co. Turbines were installed in the late 1940?s and early 50?s during construction of the dam. The units are rated at 111,300 horsepower at a speed of 85.7 rpm. Runner diameters are 280 inches. The new runners shall be a fixed blade mixed flow (diagonal flow) type or other fixed blade design. Minimum runner diameter will be 280 inches, maximum diameter will be 290 inches. Contractors will develop a new turbine runner and the necessary modifications of the existing components to achieve the contract requirements through model testing in a turbine model test laboratory. Installation work at McNary Dam consists of disassembling the existing generator and turbine. After disassembly the contractor will install the new runner and all associated new and modified/repaired existing parts. Modify reusable existing parts such as head covers and wicket gates. Inspect and repair turbine and generator shafts, thrust and guide bearings, and wicket gate servomotors. Furnish and install new bushings, seals, and packings. Weld repair of cavitation damage to the existing discharge rin g if new runner is 280 inch diameter or furnish and install a new discharge ring if new runner is greater than 280 inches. Cavitation repair consists of excavation of the 2 to 3 foot wide band of damaged area, welding a stainless steel overlay in the exca vated area, and precision machining the weld material. Abrasive blast cleaning, non-destructive examination, and painting of most non-rotating turbine components. At the contractor?s discretion , modification of the intake and draft tube water passageway shapes (concrete removal and/or installation). If draft tube modifications extend downstream of the draft tube bulkheads, contractor must design, fabricate, and install structural steel dewateri ng bulkheads to attach to the concrete structure at the draft tube outlets. Underwater diving will be required to install and remove the dewatering bulkheads. All existing steel parts are coated with lead based paint, therefore, lead based paint removal and disposal will be required. Proposals will be evaluated on the criteria specified in the solicitation. A tentative listing of the main evaluation factors for the model test contracts is provided as follows, in descending order of importance. The first three factors are equal in importance and are more important than the remaining factors, which are of equal importance: #1 Physical Hydraulic Model Testing Experience; #2 Design and Manufacturing Experience of Prototype Replacement Turbine Runners; #3 Prototype Turbomachinery Suppl y and Installation Experience; #4 Fish Passage Improvement Through Turbines Research Experience; #5 Replacement Diagonal Flow Runner Experience; #6 References Experience. Evaluation factors for the prototype contract award (Phase Two) will be listed in the solicitation. PROCUREMENT IS UNRESTRICTED, OPEN TO BOTH LARGE AND SMALL BUSINESS CONCERNS. Size standard for identification of small business concerns under NAICS code 333611 is that the average employment, based on the number of persons employed on a full-time, part-t ime, temporary, or other basis during each of the pay periods of the preceding 12 months, shall not exceed 1,000 employees. This synopsis is not a request for proposals, but a notice that a solicitation will be issued. Site visit information will be addressed in the solicitation.
- Web Link
-
- Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Engineer District, Walla Walla - Civil Works 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Country: US
- Record
- SN20020106/00011712-020107072229 (fbodaily.com)
- Source
- FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date) - Army Single Face to Industry
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |