SOURCES SOUGHT
Z -- RECOVERY--Z--Turbine Blade Repair at the Stockton Powerplant, Stockton, Missouri.
- Notice Date
- 6/4/2009
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-09-R-1015
- Response Due
- 6/9/2009
- Archive Date
- 8/8/2009
- Point of Contact
- Bonnie B Lowe, 816-389-3803<br />
- E-Mail Address
-
US Army Engineer District, Kansas City
(bonnie.b.lowe@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Kansas City District has been tasked to provide Turbine Blade Repair at the Stockton Powerplant, Stockton Lake, Stockton, Missouri. Magnitude of this project is between $500,000.00 and $1,000,000.00. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. Stockton Power Plant is located in Stockton, MO and has a single turbine-generator unit. The turbine is an adjustable 6 blade Kaplan unit, with a runner diameter of 280 inches. In February 2009, one of the Kaplan blades broke off. It is obvious from the tracks on the crack plane that the crack originated at the leading edge of the blade and progressed to the downstream blade palm/trunnion area. Approximately three quarters of the blade broke off. It is estimated that the broken blade section weighs approximately 15,000 pounds. The blade section has been located in the bottom of the draft tube. Repair operations have not started to date because the intake gates and draft tube bulkheads have not passed safety inspections or required repairs. The time and effort needed to perform these inspections and repairs is unknown at this time, however, it is hoped that the inspection and repair work will be completed such that the unit can be unwatered the last quarter of 2009. Blade repair work will commence at this time. Outlined below is our basic scope and sequence of the blade repair work. All comments, advice, and suggestions on the feasibility of this scope of work is encouraged. Your comments will be considered as we develop plans and specifications for the work. A contract will be advertized and competitive proposals (or bids) will be accepted and evaluated for completing this work. Outline and Sequence of the Work: The Corps of Engineers (COE) will: Take samples of the blade and perform a chemical analysis. The broken blade section will be made available to the contractor in the powerhouse erection bay. The Contractor will: Define the weld preparation grooves for the broken blade section. Be responsible for having the blade prepared for welding, including all weld grooves and bevels. It is assumed that the weld prep will be performed on the blade prior to it being re-inserted in the draft tube. Define the weld procedures (subject to COE approval). The COE will install the intake gates and draft tube bulkheads and dewater the unit. The COE will be responsible for maintaining the unit in the unwatered condition. The Contractor will: Create templates of the proper blade shape from one of the existing turbine blades. Use chain falls, jacks, etc. to lift the broken blade section from the bottom of the draft tube into position so it can be welded onto the stub/trunnion section still in the runner hub. Install the Government furnished draft tube work platform and reinforce the existing platform or fabricate a new platform if needed to facilitate work (subject to COE approval). Weld the two blade sections together. Maintain the original blade shape using the templates made from one of the intact turbine blades. Complete 100% PT on all 6 runner blades and perform weld repair on identified cracks (subject to COE approval). Remove any temporary lifting lugs or other brackets, tooling, etc. that were welded to the turbine runner, blade, or draft tube. Grind flush and restore the surfaces to their original contour. COE points and questions regarding this work: The broken blade section weighs approximately 15,000 pounds. Will it be possible to lift (or jack) the bladed section into position without disassembly of the turbine? Are there any concerns about being able to achieve the proper blade contour and position (matching the template shape) after welding? What is a reasonable out of position tolerance at the trailing edge? 1 to 2 inches is being considered. The COE is planning on replacing the turbine runner within the next 5 years if funding is available, therefore, additional scab plates and reinforcing may be considered (although not desired). Weld procedures with proper pre heat will be required for this work. The associated North American Industry Classification System (NAICS) code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic), SIC Code 7692 Welding Repair and the small business size standard is $7,000,000.00. If additional technical information is required, please contact Bonnie Lowe at bonnie.b.lowe@usace.army.mil. Per the direction of FAR 4.5 Electronic Commerce in Contracting, The Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement shall be sent via email to bonnie.b.lowe@usace.army.mil. Responses via FAX or traditional mail will not be accepted. If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423 Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications. To do so requires CCR registration, including an MPIN number. Instructions for the Offeror Representations and Certification Application (ORCA) may be obtained, and required information may be entered at http://orca.bpn.gov. This sources sought notice is solely for the Governments use as a market research tool. As such, the issuance of a competitive solicitation is not guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than June 9, 2009 by 15:00 (CST). The response to this notice shall be in summary format and shall not exceed twelve pages. All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. At a minimum, please provide the following: Company name; Company mailing address; Point(s) of Contact including Telephone Number(s) & E-mail Address(es); The size of your organization (i.e. Large Business, Small Business, Hubzone, etc); and A brief synopsis of your companys capabilities to meet this requirement. All information received will be considered. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation; however, a lack of interest in this requirement may keep this effort from moving forward competitively. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-R-1015/listing.html)
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
- Zip Code: 64106-2896<br />
- Zip Code: 64106-2896<br />
- Record
- SN01836220-W 20090606/090604235617-570117c97821fac38f3a5977a9247843 (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 |