SOLICITATION NOTICE
J -- Install/Repair of two new Servo Blades at RD Willis Dam, near Town Bluff
- Notice Date
- 8/22/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-06-T-0180
- Response Due
- 9/20/2006
- Archive Date
- 11/19/2006
- Small Business Set-Aside
- N/A
- Description
- This contract covers disassembly, inspection, and repair of the blade servomotors, oil heads, mechanical seals, and shaft sleeve for two 4.1 MW S-Turbines at R.D. Willis Powerhouse (Town Bluff Dam), near Jasper, Texas. For the last three years, maint enance personnel have indicated that the blade servomotor oil was becoming hot from excessive pump operation. Isolation of the oil lines going to the servomotor piston and subsequent monitoring of pressurized leakage rates has resulted in the determinatio n that the rings on the piston are leaking several gallons per minute or there is severe scoring of the cylinder the piston rides in. Plant personnel have indicated that metal shavings have been seen on the oil filters as well as some sort of black hard r ubbery material. It is also possible that the oil head is damaged and leaking. Other areas of work, separate from the blade servomotor, are the inspections of the turbine shaft mechanical seals and shaft sleeve. The turbine shaft mechanical seals have sho wn excessive leakage when the bearing oil leakage return lines and water leakage drain lines have been monitored. The turbine shaft sleeves are believed to be worn and need to be inspected and possibly replaced. This action will be in compliance with the Service Contract Act as Amended and for all construction with be in compliance with the Davis-Bacon Act as amended. Work is to be preformed at RD Willis Dam at Sam Rayburn Lake Texas. Selection critera are as fo llows: Factor 1. Past Performance and Experience (PPE). In the past 3 years, provide documentation demonstrating experience as the primary party responsible for supervision of the repair and disassembly, or installation, of three different runner blade se rvomotors for 4 MW (or above) S-Turbine, Slant Axis, or Bulb Turbine generator units. Include relevant contracts, including contract numbers, and points of contact with telephone numbers. Within factor 1, sub-factors below will be evaluated. Both subfa ctors are of equal weight. All subfactors will be rated as: SATISFACTORY/UNSATISFACTORY. A subfactor rating of UNSATISFACTORY will cause the entire factor to be rated as UNSATISFACTORY. An UNSATISFACTORY rating will preclude a contract award. The Go vernment will call references to verify PPE information. The Government also reserves the right to use other information, e.g. personal knowledge, preaward survey, past performance information systems, etc. during the evaluation. (2) Sub-Factor 1. Ti meliness of Services.(3) Sub-Factor 2. Quality of Services. Factor 2. Engineering Experience. In the past 3 years, provide documentation demonstrating experience as the primary party responsible for design 15 or larger Kaplan turbine blade servomotor s of at least three different 5 MW (or above) turbine generator units, one of which must be have 500 psi or higher design pressure. This factor will be rated as: SATISFACTORY/UNSATISFACTORY. A rating of UNSATISFACTORY will cause the entire factor to be rated as UNSATISFACTORY. An UNSATISFACTORY rating will preclude a contract award. Include relevant contracts, including contract numbers, points of contact with telephone numbers, size of units, and pressures.Factor 3. Price. It is the governments int ent to award to the offeror who receives a Satisfactory in both Factors 1 and 2, and who has the lowest price. (b) Contractor shall submit the following, in 2 copies: (1) Signed and dated Standard Form 1449 (Solicitation/Contract Order For Commercial Ite ms) (4) Completed Bid Schedule (Section 1, pricing information) for all Contract Line Item Numbers. (5) Completed Clauses: 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2005) ALTERNATE I (APR 2002); 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (NOV 1995); and 252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005). For your convenience, these represent ations are located at the back of the package. (f) Documentation addressing Factors 1 and 2 above. Point of Contract Nicholas Johnston Phone 817-886-1083, Fax 817-886-6403, Nicholas.i.johnsotn@swf02.usace.army.mil The solicitation will be located at https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-T-0180.
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN01122338-W 20060824/060822221700 (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 |