MODIFICATION
Z -- Lower Monumental Dam Unit 1 Rewind, Linkage, and Cavitation Repair, and Unit 2 Cavitation Repair
- Notice Date
- 3/10/2015
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-15-R-0001
- Response Due
- 2/24/2015
- Archive Date
- 7/31/2015
- Point of Contact
- Phyllis Buerstatte, Phone: 509-527-7211, Jani C Long, Phone: 509-527-7209
- E-Mail Address
-
Phyllis.L.Buerstatte@usace.army.mil, jani.c.long@usace.army.mil
(Phyllis.L.Buerstatte@usace.army.mil, jani.c.long@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice amended 10 March 2015 to provide Site Visit details as follows. The SITE VISIT will be held on 23 March 2015, beginning at 12:30pm, Pacific. Participants will meet at the guard station at the north gate on top of the dam. At 12:30pm, participants will be escorted in their vehicles down to the Visitor Center on the north end of the powerhouse. We will have a brief meeting with introductions, overview of the contract work, our schedule for the site visit, and a review of safety & clearance information for entry into the generator. The site visit will end by 4:00pm. There will be only one site visit offered. The unit will NOT be dewatered for the site visit. A top deck plate will be removed as will a top air shroud to allow access to the top of the rotor, rotor poles, end winding, circuit ring, and main leads. Access will also be available onto the lower bearing bracket and a shroud will be removed to allow participants to see the bottom end winding. Participants will also have access into the turbine pit, but no access to the scroll case or draft tube is available. There is a box with spare laminations that will be available so participants can look at the laminations, however they will not be removed from the box. There are boxes of spare stator bars of which a top and bottom bar has been removed and is available for inspection by the participants. Spare slot wedges are also available for inspection. The Government-Furnished Property (draft tube template, linkage parts, tools, and spare parts) will be available for inspection also. Offerors planning to attend must register for the site visit by sending an email to: Phyllis.L.Buerstatte@usace.army.mil and Jani.C.Long@usace.army.mil. Firms must register no later than the day before the site visit. Site visit attendees must provide the following information: 1) Solicitation Number; 2) Project Title; 3) Name(s) of individual(s) attending site visit; 4) Are all individuals U.S. Citizens? If not, please refer to the note below regarding access for foreign nationals; 5) Name of Company; 6) Phone Number of Company. Each individual must have picture identification on his/her person while at the project site. There can be no substitutions of one individual for another. If an individual arrives at the site visit without having registered or without picture identification, that individual may not be allowed on the project. Participants of scheduled site visit must abide by the U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1, latest version) in accordance with Section 5, "Personal Protective and Safety Equipment." It is the responsibility of the participants to wear personal protective and safety equipment as required by this regulation for going into the powerhouse and into the unit.. Failure to comply could result in denial of access to site visit location. The latest version of EM 385-1-1 is available online at: http://publications.usace.army.mil/publications/eng-manuals/EM_385-1-1_languages/EM_385-1-1_English_2008/toc.html Notice amended 17 February 2015. This notice amendment changes the anticipated solicitation release date, the site visit date, and the due date for receipt of proposals. Solicitation will be released to offerors on or about 10 March 2015. Site visit is scheduled for 23 March 2015. Proposals will be due on or about 04 May 2015. Foreign nationals wishing to attend the site visit should apply immediately, as it takes 2-4 weeks to obtain clearance. (See below.) Construction Project: LOWER MONUMENTAL UNIT 1 REWIND, LINKAGE, AND CAVITATION REPAIR AND UNIT 2 CAVITATION REPAIR This will be a firm fixed-price construction contract located at Lower Monumental Lock and Dam in Franklin County, Washington. Estimated construction magnitude is between $10,000,000 and $25,000,000. Performance and payment bonds (100%) will be required. Time for completion is expected to be 575 calendar days following the Contractor's receipt of Notice to Proceed (NTP) See solicitation for details. The solicitation is open to both large and small business concerns. The small business size standard for NAICS 237990 is no more than $36,500,000 in average annual receipts. DESCRIPTION OF WORK: The work described herein requires mobilization, pre-disassembly operational tests and measurements, hydraulic turbine generator unit disassembly, turbine runner disassembly, BLH internal component replacement and repair, generator rewind, unit runner and discharge ring cavitation repair, turbine runner reassembly, hydraulic turbine generator unit reassembly, reassembly operational tests and measurements, demobilization, and other optional provisions. The work of the linkage upgrade of Unit 1 at Lower Monumental is the complete disassembly of the turbine runner, the installation of Government-furnished BLH internal hub components, and reassembly of the turbine runner for Unit 1. The installation of Government-furnished BLH internal hub components will require final machining and clean up of existing turbine runner parts and new parts to operate as designed. The original manufacturer of the turbine is Baldwin-Lima-Hamilton (BLH) Corporation. The Kaplan turbine repair work includes furnishing and installing all required scaffolding and all required tools, lifting, and handling devices not otherwise furnished by the Government. Provide on-the-job qualified supervisor(s) completely familiar with the type of equipment involved to direct the disassembly, repair, and reassembly of the turbine runner as specified. Perform all work on the unit using skilled craftsmen who are familiar with the type of work and the equipment involved. This project involves cavitation repair on the turbines and discharge ring of Units 1 and 2 of Lower Monumental Lock and Dam. Requirements of this project shall include machine and weld repair, weld inspection and epoxy injection on the discharge ring and turbine. Unit 2 cavitation repair shall occur first, and be performed with the runner in place. Unit 1 shall be completed after Unit 2 is back in service, and can be performed with the unit disassembled. Generator repairs on Unit 1 include replacement of the stator core and winding and accessories, and supplying spare parts for Lower Monumental Generator Unit 1. Unit 1 rotor repairs include cleaning, inspecting and testing the rotor. At the option of the Government, work would include reinsulating rotor field leads and refurbishing all rotor poles. The turbines are Kaplan type manufactured by Baldwin-Lima-Hamilton (BLH) and the generators are manufactured by General Electric (GE). Request for Proposals No. W912EF-15-R-0001 will be posted to the FedBizOpps (FBO) website approximately 10 March 2015. A site visit is expected to be offered on or about 23 March 2015. Proposals are expected to be due on or about 04 May 2015. See solicitation for details about the site visit and the proposal due date. When issued, the solicitation documents for this project will be available at https://www.fbo.gov Important Note Regarding Access for Foreign Nationals. It takes from 2-4 weeks to obtain clearance for foreign nationals to enter the project site. If your company wishes to have a foreign national participate in the site visit for this project, you are strongly encouraged to submit the required identification immediately. To request clearance for foreign nationals, submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph 9INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Phyllis.L.Buerstatte@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. Important Note: The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual proposal due date. The proposal due date and time will be contained in the solicitation and any solicitation amendments that are issued. No CDs or hard copies will be made available by the Government. Downloads are available only through the FBO website. Bidders are responsible for checking the FBO website frequently for any update(s) to the notice. The Government is not responsible for any loss of internet connectivity or for a bidder's inability to access the document posted on the referenced website. To obtain automatic notifications of updates to this solicitation, you must log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-0001/listing.html)
- Place of Performance
- Address: Lower Monumental Dam, 5520 Devils Canyon Road, Kahlotus, Washington, 99335, United States
- Zip Code: 99335
- Zip Code: 99335
- Record
- SN03662783-W 20150312/150310235105-98b7531cb3f39dd0c6b317ae74892af5 (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 |