SOLICITATION NOTICE
J -- Governor Conversion to Digital Control, Sam Rayburn Power Plant
- Notice Date
- 3/2/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- 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-07-T-0014
- Response Due
- 6/1/2007
- Archive Date
- 7/31/2007
- Small Business Set-Aside
- N/A
- Description
- GOVERNOR REPLACEMENT - SAM RAYBURN DAM, Jasper, TX. Solicitation number W9126G-07-T-0014. The acquisition is 100% unrestricted. The NAICS is 333611, and the Business Size Standard is 1,000 employees. The work includes all operations required to prov ide all personnel, equipment, suspension, oversight and management in the performance of non-personal services to convert the existing mechanical-hydraulic governors of Main Units 1 and 2 to new completely independent and dedicated digital governors, contr ols and monitor systems at Sam Rayburn Dam Powerhouse. The work shall be performed on only one generator at a time and the other generator will not be made available for work until the work on the first generator has been accepted by the Government. The following list of equipment and services to be provided is a general summary of the work and is not all-inclusive: a. Remove and dispose of governor housing front panel and controls, gate and blade position feedback linkages complete to servos and oil head, counterweights restoring shafts and other governor linkages. Remove and dispose of existing cam assembly. The Government may remove and retain components from assemblies before they are moved off of the Project site. Reuse the existing hydraulic power equipment including oil sumps, pressure tanks and distributing valves. Examine all valves, fittings and piping i n the actuator housings for condition and adequacy for operating conditions. Provide report of findings to Government. Asbestos might be present in the insulation of the governor control wiring. If Asbestos is found the Contractor will stop work immediatel y and notify the Government. b. Disassemble, clean, inspect and reassemble gate and blade distributing valves. Provide report of findings to Government. c. Provide and install new digital governor controls in a cabinet suitable for incorporation into the existing governor housing. d. Provide and install new gate and blade transducers with all necessary wiring and conduit e. Remove existing permanent magnet generator (PMG) and add speed sensing generator (SSG). Install two (redundant) speed sensors, and utilize potential transformer as primary speed signal, and related wiring. f. Provide and install new redundant watt transducers and related wiring. g. Provide and install new gate and blade proportional valves and mounting hardware suitable for use with existing distributing valves, new emergency shutdown solenoid valves, new ball valves for distributing valve isolation for gates and blades. h. Provide and install new remote flat panel displays at the governor cabinets and in the control room. i. Provide and install new headwater and tailwater transducers at existing forebay and tailwater stilling wells. j. Replace governor oil pumps including starters and current interrupters. k. Provide and install three new pressure transducers for each unit, using 3 signal voting scheme and new governor pump control to be incorporated into the governor. l. Provide and install gate position switches, blade position switches, gate limit position switch, and speed switch functionality. m. Modify governor cabinet internal wiring and terminal blocks and rewire the governor cabinet as shown on the drawings. n. Replace existing accumulator tank synchro transmitter/receiver level monitoring system with new level sensor and associated piping changes. o. (OPTIONAL ITEM) Provide and install synchronizers and required associated transducers to each unit to the transmission grid. p. (OPTIONAL ITEM) Provide and install new distributing valve spools and bushings for wicket gate and blade control. 1.1.2 Location Work for the Sam Rayburn governor shall be located at the Sam Rayburn Powerhouse approximately as indicated on the contract drawings map. The Sam Rayburn Power Plant is located 15 miles north of Jasper, Texas. APRE-PROPOSAL CONFERENCE AND SITE VISIT: The conference will be held 28 March 2007, Time 09:00AM, at the Sam Rayburn Powerhouse. OFFERORS ARE ENCOURAGED TO ATTEND THE PRE-PROPOSAL CONFERENCE AND SITE VISIT. This pre-proposal confere nce and site visit will explain and clarify the objectives of this project and allow prospective offerors to view the job site. If you plan to attend the pre-proposal conference, you must send an email to the point of contact with the below information NL T 4:00PM, 26 March 2007: a) Name of Firm b) Name(s) and Title of Representative(s) who will attend c) Address of Firm d) Phone number(s), fax number, and e-mail address(es). Only those individuals registering will be allowed access to the facility. T he Government may also have to limit the number of representatives that each company is allowed to register so that the maximum number of companies can participate. Prospective offerors are requested to submit questions in writing prior to 26 March 2007 t o the point of contact via email to allow for inclusion and discussion during the pre-proposal conference. Point of Contact (POC): Ms. Jean Ross/Contract Specialist, Fax No.: 817-886-1165, Email: Jean.Ross@swf02.usace.army.mil. The solicitation may be downloaded from www.fedteds.gov and https://acquisition.army.mil/asfi/ ; however, you must be registered in the Central Contractor Registration (CCR) database in order to gain access to the website. ALL QUESTIONS regarding this announcement or the TEC HNICAL SPECIFICATIONS shall be sent to: Email: Jean.Ross@swf02.usace.army.mil
- Place of Performance
- Address: US Army Engineer District, Fort Worth Sam Rayburn Powerhouse, 1753 Dam Private Road Jasper TX
- Zip Code: 75951
- Country: US
- Zip Code: 75951
- Record
- SN01242891-W 20070304/070302221549 (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 |