Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2013 FBO #4348
SOLICITATION NOTICE

J -- Repair, Rehabilitation and/or Replacement of Generators, Large Pump Motors, and Hydroelectric Turbines for USACE Northwestern Region

Notice Date
10/18/2013
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N14R0013
 
Response Due
11/6/2013
 
Archive Date
12/17/2013
 
Point of Contact
Kathryn Newhouse, 503-808-4620
 
E-Mail Address
USACE District, Portland
(kathryn.a.newhouse@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
On behalf of USACE North West Division (NWD), the Portland District Army Corps of Engineers (NWP) intends to solicit for Generator and Turbine maintenance and repair services. 1. This solicitation will seek Proposals for services, for a firm fixed price, multiple award task order contract(MATOC). The awardee(s) will receive a base year award with the opportunity to earn up to Four(4) Option years of service (Base +4). The period of performance period for the award is anticipated to be 01 Mar 2014 through 28 February 2019. This solicitation will be available for download on or about 07 November 2013. 2. This procurement is for full and open competition with no set-aside requirements. The NAICS code for this requirement is 811310. The total contract value is expected to be up to $99,500,000.00 dollars (US) for up to 5 years of service. 3. Additional detailed information for interested parties follows: Background. U.S. Army Corps of Engineers (USACE), Northwestern Division. Portland District (NWP) has identified a requirement for the replacement, rehabilitation, and repair of generators and hydraulic turbines in support of the Bonneville Power Administration (BPA). This contract will be used by Northwestern Division (NWD) for supplies and services for the rehabilitation and/or replacement of generating equipment at USACE hydroelectric facilities within the NWD Area of Operations (AO) civil boundaries: Portland District, Seattle District, Walla Walla District, Omaha District, and Kansas City District. This contract may also be used to perform emergency non-routine maintenance and assessment at NWD hydroelectric facilities. Lists of the generating units within the NWD are included. See attachment: Tabulation of Generator and Turbine Data for NWD Plants. BPA identified the requirement to expedite the rehabilitation and replacement of deteriorated and failed major mechanical and electrical equipment that experience frequent failures due to an ageing infrastructure. This contract will provide immediate response capacity for failed or suspect equipment that is outside the maintenance cycle. This is critical to the BPA mission to support the power needs of its customers in the Pacific Northwest and operate the electric grid reliably. The time saved via this contract vehicle will aid in providing a swifter response by the Corps to the Northwest Region's energy and environmental concerns. A Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) utilizing Federal Acquisition Regulation (FAR) Part 12.207 Acquisition of Commercial Items, FAR Part 15, Contracting by Negotiation, and FAR Part 37, Service Contracting. Up to five (5) contracts will be awarded from the solicitation, with a shared capacity of $99.5 million. Each MATOC will have a performance period of one (1) year from the date of award, with four (4) option periods, or until capacity is exhausted. Contractor tasks and required submittals will be specified under each Task Order executed under this contract. Task orders will be issued on an as-required basis. General Services. Equipment to be worked on includes major electrical and mechanical equipment required to produce electrical energy from water. Examples of the components related to the power train equipment identified for the work under this contract are as follows: Equipment Type 1. Generators and large (500 hp & over) pump motors. Equipment Type 2. Turbines, large (500 hp & over) pumps, water passage, and closure devices (including their power and control units). Major rehabilitations, replacements, upgrades and installation work which may occur under this contract will be principally limited to generators, Kaplan turbines (90 inch diameter) and Francis turbines (39 inch throat diameter) and above. Major rehabilitation, replacement, and installation work on motors and pumps will be principally limited to units rated at 500 hp and above. Major rehabilitation, replacement, and installation work on water passage and closure devices (including their power and control units) will be principally limited to main unit and fish unit equipment. Structural inspections, assessment and analyses of generators and of major equipment foundations may be requested under this contract. Types of Services Per Equipment Type. A list of the type of work/services for Equipment Type 1 and 2 that may be executed with this IDIQ MATOC are shown below. TABLE 1: TYPE OF WORK/SERVICE Equipment Type 1: Generators And Large (500 Hp & Over) Pump Motors. - Performing periodic inspections including structural inspections - Re-tubing or replacing coolers - Performing inspections following unit failure - Repairing or rebabbitting bearings - Rewedging - Repairs to rotor & stator weldment - Reestablishing corona suppression systems - Disassembly and reassembly of generators - Performing half coil splices - Repairing rotor poles - Installing coil jumper connections and insulation - Repair or replace thrust and guide bearing system components - Partially rewinding stators - Removing, aligning and reinstalling rotor poles - Rewinding entire stators - Replacing interpole rotor connections - Repairing stator cores - Replacing amortisseur windings - Restacking stator cores - Repairing rotating exciters - Designing manufacturing, installing and testing replacement stator cores - Designing, manufacturing, testing and installing bearings - Designing, manufacturing, installing and testing stator coils - Designing, manufacturing, installing and testing rotor poles - Designing, manufacturing, installing and testing stator bars - Repairing stator frame - Disassembly/reassembly - Performing electrical testing - Repairing spider frame - Repair or replace neutral grounding - Rim shrink analyses and recommendation - Performing rotor rim repairs and re-shrinking - Repair brake system Equipment Type 2. Turbines, Large (500 Hp & Over) Pumps, Water Passage, And Closure Devices: - Crack repair of Kaplan runner blades - Reattachment of failed turbine runner components, e.g. blade fragment or runner cone - Refurbish existing high pressure oil lift systems or designing and installing new systems - Turbine inlet valve refurbishment, e.g. seal replacement, hydraulic power unit refurbishment - Weld repair of headcovers, stay vanes and turbine components including development of weld procedures - Removal, refurbishment and rehabilitation of wicket gate servomotors Disassembly/Reassembly - Unit alignment, including redoweling and bearing housing(s) - Crack repair of Francis runner buckets - Replacement of wicket gate(s) without rotor removal - Turbine shaft sleeve replacement - In-place blade blocking / blade pinning - Turbine shaft packing box refurbishment - Unit start-up and commissioning - Kaplan linkage repair Performance of Services Rendering Service. The Contractor shall render the required services as entailed by the individual Task Order or as ordered by the Contracting Officer during the contract period. The Contractor shall be capable of supporting work seven days a week for twenty-four (24) hours each day, when necessary. Designation of Program Manager. Within five (5) calendar days from the date of contract award of the base contract, the Contractor(s) shall notify the Government as to whom it has designated as the Program Manager for the services to be received under this contract. The Program Manager shall serve as the point of contact between the Government and the Contractor and shall have full authority to act on behalf of the Contactor. Travel. Travel shall be required to accomplish the work specified per task order. The place of performance for site work to be performed is in the powerhouse or on Government property located near the powerhouse as identified in the individual task order. Travel costs must comply with Joint Travel Regulations (JTR) and are limited to what is allowed by the Federal Acquisition Regulations (FAR), note FAR 31.205-46, Travel Costs Personnel General. The Contractor shall furnish the services of professionally qualified personnel, under the terms and conditions set forth in the contract and the individual Task Order. The types of disciplines required will include, but are not limited to, Contract Manager, Task Managers, Schedulers, Work Site Supervisor, Technicians, Quality Control Personnel, Safety personnel, Equipment Operators, Electricians, Mechanics, Laborers, Millwrights, and Clerical. Engineering technical support may require the following disciplines: Electrical, Mechanical and Structural Engineers. Contract Manager. The Contract Manager (CM) shall be the single point of contact for this Contract. The CM shall be knowledgeable in management of hydroelectric generator rehabilitation and the specific activities identified in this contract. The CM is responsible for identifying to the government in writing those individuals who have contractual authority for the company. If replaced, notification shall be submitted in writing to the Contracting Officer within five business days. Task Manager. For each task order issued, the contractor shall designate in writing, to the issuing Contracting Officer, a Task Manager (TM). The TM can be the Contract Manager. The TM shall be the single point of contact for the Task Order, and shall be responsible for the management and execution of all activities in exact accordance with the requirements of the Task Order. If replaced, notification shall be submitted in writing to the issuing Contracting Officer within five business days. Work Site Supervisor. For each Task Order issued including site work, the Contractor shall designate in writing, to the issuing Contracting Officer, a Work Site Supervisor. This person will be the single point of contact for site work. The Supervisor shall be able to or provide a person who can present operational instructions fluently in the English language. Other Personnel Qualifications. The qualifications for all other personnel will be specified under each task order. Equipment, Supplies, Documents, and Data Contractor-Furnished Items. Specific equipment, materials, documents and data to be furnished by the Contractor will be detailed in the individual task orders, as applicable. Contractor-furnished items shall depend on the individual task order. Government-Furnished Supplies. Specific equipment, materials, supplies and pertinent documents and data will be furnished by the Government as indicated per task order. Subcontractor Subcontracts. The Contractor shall cause appropriate contract clauses and other terms and conditions to be inserted in all subcontracts relating to this contract, and insure fulfillment by subcontractors Relationship Between Subcontractor and Government. Nothing contained in this contract shall be construed as a contractual relationship between the Government and the subcontractor of the primary contractor. Approval of Subcontractors. Prior to award of any Task Order in which subcontractors will be utilized, the Contractor may be asked to provide, in writing, a list of all the subcontractors, a statement to the extent and character of the work to be done under the subcontract. Pre-Solicitation point of contact is Kathryn Newhouse at kathryn.newhouse@usace.army.mil Monday through Friday. Answers may take up to 48 hours to respond to.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N14R0013/listing.html)
 
Place of Performance
Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN03218775-W 20131020/131018234112-af430d6a982eb05705dd22b3d4b71e7f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.