Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
MODIFICATION

Z -- Ice Harbor Turbine Installation and Rewind Units 1-3

Notice Date
8/6/2015
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-15-R-0044
 
Point of Contact
Phyllis Buerstatte, Phone: 509-527-7211, Hillary A. Morgan, Phone: 5095277214
 
E-Mail Address
Phyllis.L.Buerstatte@usace.army.mil, hillary.a.morgan@usace.army.mil
(Phyllis.L.Buerstatte@usace.army.mil, hillary.a.morgan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Updated 06 Aug 2015: Additional Information Regarding Site Visit The site visit for this solicitation will be held on 16 September 2015, with the Potential for continuing the visit on Sept 17, if needed, for industry participants' access to the generator unit. Foreign nationals planning to attend the site visit should immediately request access for both Sept 16 and 17, as it can take 2-4 weeks to obtain clearance. See the paragraph below titled, Important Note Regarding Access for Foreign Nationals, for information on how to apply for access to the project in order to attend the site visit. Construction Project: Work is at Ice Harbor Lock and Dam Powerhouse, located on the Lower Snake River in Franklin County, Washington State. See Important Note below regarding site visit registration for foreign nationals. The Unit 1, 2 and 3 turbines at the Ice Harbor Powerhouse are the vertical Kaplan type. They were originally commissioned in 1962. The turbines are Allis Chalmers MFG. Co. design, with diameter of 280.5 inches, speed of 90 rpm, six blades, rated for 143,000 hp at 89 feet net head, with a governor pressure of 350 psi. The generator is a General Electric suspended type. Work is to replace existing turbine units 1, 2, and 3 with Government furnished replacement runners and multiple other major steel components/assemblies that will be will be replaced, including an outer headcover, intermediate headcover modification pieces, lower headcovers, main shaft packing box, discharge rings, draft tube liner transitions and leading and trailing edge stay vane extensions. The existing Kaplan type runners at Units 2 and 3 are currently being operated as fixed blade machines due to age and excessive wear. The Unit 2 turbine will be replaced with a fixed blade design and Units 1 and 3 turbines with adjustable blade (Kaplan) type runner. The work includes installation of turbine runners and modification/replacement of other water passage components including headcovers, stay vanes, discharge rings, draft tube liners and draft tubes. Generator rewinds and the supply of one set of stator core and 3 complete stator windings are also included. Requirements are additionally included for optional work which would include installing and testing one stator core; supplying one or two additional stator cores, installing one or two stator cores, refurbishing all rotor poles for the Ice Harbor Generator Units 1, 2, and 3 and refurbishment of turbine and generator bearings. See solicitation for details regarding all optional items. The draft tube work involves placing concrete as a hydraulic modification to the draft tube ceiling, via shotcrete in both barrels in the draft tube of all 3 units. Shotcrete thickness varies from approximately 6-feet thick tapered to 8-inches thick and is approximately 37 feet in length and 34 feet wide for each draft tube barrel. Asbestos abatement will be performed by others prior to the turbine and generator replacement work. The period of performance will be based on the contractor's accepted schedule, but shall not exceed 1450calendar days from the contractor's receipt of the notice to proceed with the work to final demobilization. The magnitude of construction is estimated to be between $25,000,000 and $100,000,000. The resulting contract will be firm-fixed-price. All solicitation documents for Request for Proposals No. W912EF-15-R-0044 will be posted to the FedBizOpps (FBO) website, https://www.fbo.gov. Posting will be made on or about 01 August 2015. Proposals will be due no sooner than 30 calendar days after the solicitation is issued. See the solicitation for details about the proposal due date. The solicitation is open to both large and small business concerns. The small business size standard for NAICS Code 237990 is no more than $36,500,000 in average annual receipts. A site visit will be offered approximately 2 weeks after the solicitation is issued. See solicitation for details about the site visit date, time, and location. Only one site visit is expected to be offered. 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 and position titles 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 Regarding FBO Response Date: The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual due date for receipt of proposals. 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-0044/listing.html)
 
Place of Performance
Address: Ice Harbor Lock and Dam, Burbank, Washington, 99323, United States
Zip Code: 99323
 
Record
SN03826561-W 20150808/150806235010-4d16c3b62445cda298409348f8f2cc43 (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.