Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2016 FBO #5175
SOURCES SOUGHT

Z -- Little Goose Unit 5 Rotor Spider and Upper Bearing Bracket Repair

Notice Date
1/22/2016
 
Notice Type
Sources Sought
 
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-16-R-SS22
 
Archive Date
2/2/2017
 
Point of Contact
Cristina A Vega, Phone: 5095277231
 
E-Mail Address
cristina.a.vega@usace.army.mil
(cristina.a.vega@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction contract titled: Little Goose Unit 5 Rotor Spider and Upper Bearing Bracket Repair. The work will be done at Little Goose Dam, Dayton, Washington. This will be a firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $36.5M. Magnitude of Construction is estimated to be between $1,000,000 and $5,000,000. This sources-sought announcement is a tool to identify businesses with the capability and technical experience to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. A.) A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B.) A reference list for each of the projects submitted in A) above. Include the name, title, current phone number and email address. C.) Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D.) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E.) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F.) Cage Code and DUNS number. Submit this information to cristina.a.vega@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 2:00 PM Pacific Daylight Time on Tuesday, February 2, 2016. Summary of Scope of Work: The work described herein involves the repair of the Unit 5 generator rotor spider and upper bearing bracket at Little Goose Dam in Dayton, WA. Summary of Work: Over the past 5+ years, rotor spider cracks, upper bearing bracket cracks, and higher-than-normal vibration have been observed on Unit 5. The cracks must be repaired by welding, the unit's bearings will be adjusted, the unit will be checked for improved run-out, air gap consistency, and bearing clearances. In order to safely repair the rotor cracks, with reduced risk of inadvertent damage to the stator windings and housing, all weld repair work will be done external to the stator housing. To facilitate this, the contractor will disassemble the unit, and the rotor spider will be placed on the power plant's erection pedestal. All rotor spider repair welding is to be done on site, under tightly controlled and monitored pre-heat conditions to avoid damage to the rotor rim. To ensure the rotor spider is not under stress due to the rotor rim weight during the spider arm crack repair, the contractor will be required to develop a jacking and cribbing plan to properly support the weight of the rim, without removing the rim from the rotor. In-place machine condition monitoring equipment (air gap, shaft runout) will be installed as part of this work. The contractor's team must have the following experience: - Welding - Machining - Non-destructive testing (MT, PT, PAUT) - Bridge crane operation - Generator unstacking, testing, and alignment - Machine condition monitoring Pre-Disassembly and Disassembly The contractor will be responsible for pre-disassembly unit checks and disassembly of the unit. Prior to disassembly, the contractor will measure and record the following: 1. shaft runout 2. unit vibration 3. bearing clearances 4. blade tip clearances 5. Kaplan blade position and adjustment timing 6. Wicket gate timing 7. air gap 8. generator output 9. forebay and tailwater elevations The Contractor shall verify site conditions are consistent with as-built drawings. These checks are meant to ensure that the unit's condition has indeed improved and not been negatively impacted by any repair work. The contractor will then be responsible for disassembly of the unit. The rotor is to be fully removed from the generator housing and placed on the erection pedestal. The rim is not to be removed from the rotor, nor the laminations unstacked. The contractor will have provided an approved plan and suitable equipment to jack underneath the rim such that the weight of the rim is being support only on the jacking and cribbing designed and provided by the contractor. This is to avoid stress in the rotor spider arms during the welding process. Electrical testing of the generator rotor field winding will include Pole Drop, High Potential and DC Resistance Tests. Repair The repair will consist of typical crack repair procedures, to include initially grinding out the cracked area to ensure no crack indications remain. After the initial grinding, Non Destructive Examination (NDE) will be performed by the contractor to ensure all indications have been removed. Once this removal is verified, the contractor will perform weld repair to all identified areas to ensure the rotor spider is once again structurally intact. Proper pre-heat and post-heat treatment of the rotor spider must be performed and closely monitored to ensure that the welding does not cause undesirable misshaping of the rotor and rim (out-of-roundness). Following the repair, a more thorough NDE effort will be required to show that the cracks are fully removed. Machine Condition Monitoring Machine condition monitoring equipment will be installed as part of this contract, in an effort to show long-term improvement and reliability of the unit, as well as to help prevent future costly outages by predicting future forced outages due to alignment or vibration issues. The equipment will include air gap sensors and bearing sensors connected to an in place data acquisition system. Reassembly, Alignment and Balancing The contractor will be responsible for reassembly, alignment and balancing of the unit. Upon reinstalling all unit components (rotor, bearings, Kaplan linkages, cooling circuits, electrical connections, etc...), Contractor will verify that the unit is ready for testing. The Contractor will re-test each of the items listed in "Pre-Disassembly and Disassembly", above. The Contractor will measure and record all values, and show that their work has improved the operational quality of the unit to an acceptable degree (as agreed to with the Government prior to start of work). Safety All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). PROJECT SUPERINTENDENT At all times during performance of this contract and until the work is completed and accepted, the Contractor shall assign and have on the worksite a competent superintendent as per FAR Clause 52.236-6 "Superintendence by the Contractor". A Site Safety and Health Officer (SSHO) employed by the prime contractor is required for the contractor's on-site operations. The SSHO shall possess a minimum of 5-years' experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5 years, and shall have completed at least 24 hours of safety training from accredited safety training sources each year for the past 5 years. The Site Safety and Health Officer (SSHO) may be assigned as the fall protection competent person. Provide a qualified Fall Protection Competent Person for the contractor's on-site operations that involves work that exposes workers to fall hazards. The Fall Protection Competent Person shall possess a minimum 2-years supervisory experience overseeing the use of fall protection equipment and systems. Within the last two (2) years, they must have successfully completed at least one fall protection competent training course that includes both classroom instruction and hands-on practical training. Furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. Establish and manage an effective Contractor Quality Control Program that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor is required to be on-site for each shift of the Contractor's operations and have complete authority and responsibility to take any action necessary to ensure contract compliance. The CQC System Manager shall be assigned no other duties. The CQC System Manager must possess a minimum of 5 years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5 years. The project involves the development and management of Contractor-furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-SS22/listing.html)
 
Place of Performance
Address: Little Goose DAM, 1001 Little Goose Dam Rd., Dayton, Washington, 99328, United States
Zip Code: 99328
 
Record
SN03999004-W 20160124/160122234128-51feb7bc6389066fbc7d0d8e19f2701b (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.