Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOURCES SOUGHT

R -- McNary Dam Hydro Turbines - Computational Fluid Dynamic (CFD) Modeling with Biological Assessment of Resulting Hydraulic Parameters

Notice Date
6/30/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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-SS57
 
Archive Date
7/29/2016
 
Point of Contact
Camilla Allen, Phone: 5095277213, Mary M. Van Sickle, Phone: 5095277204
 
E-Mail Address
camilla.allen@usace.army.mil, mary.m.vansickle@usace.army.mil
(camilla.allen@usace.army.mil, mary.m.vansickle@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Advisory and Assistance Services - Biological Studies in the Snake and Columbia River Basins, Sources Sought W912EF-16-R-SS57 Study Title: McNary Dam Hydro Turbines - Computational Fluid Dynamic (CFD) Modeling with Biological Assessment of Resulting Hydraulic Parameters The purpose of this sources sought announcement is to assist the US Army Corps of Engineers, Walla Walla District in Market Research of Industry to identify potential sources that can provide Professional Services in Fish Related Biotechnology Studies. This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. No evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. The U.S. Army Corps of Engineers, Walla Walla District is seeking sources to include small businesses (an individual, a group of individuals or a business) for a service requirement entitled: McNary Dam Hydro Turbines - Computational Fluid Dynamic (CFD) Modeling with Biological Assessment of Resulting Hydraulic Parameters. A Firm Fixed Price contract may be issued at a later date. The North American Industry Classification code (NAICS) 541712. The Small Business size standard for this NAICS code is 500 employees as determined by 13 CFR 121.104. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will depend on the responses to this sources sought synopsis. Professional Services in Physical, Engineering and Life Sciences: The intent of this Sources Sought is to identify and potentially secure sources of high quality who demonstrate expertise and capability in hydroturbine fish passage and design evaluations, including demonstrated ability to conduct all of the tasks within this study to provide a biological assessment of existing turbine designs based upon Computational Fluid Dynamic (CFD) model outputs. CFD modeling capabilities of large Kaplan style hydro-turbine runners must be fully developed and implementable upon issuance of this Sources Sought. The requirement is not to develop an assessment tool, but to apply existing models or tools to estimate relative injury or mortality rates for specific turbine designs and operating points. The USACE, Walla Walla District, is preparing to award a contract for the cooperative design of two new turbine runner designs (Kaplan [adjustable blade] and fixed-blade propeller) to provide a safer fish passage environment for McNary powerhouse. These turbine runner designs are to replace aging runners in units 1-14 at McNary Dam. This design process was utilized at Ice Harbor dam where installation of the runners are currently underway. Prior to completion of the new McNary turbine designs for the replacement of these runners, USACE has a need to computationally evaluate the biological performance of the existing McNary turbine units. This modeling effort is intended to commence in 2016 and produce a final product by 3 April, 2017. 1.0 Objective: Assess the biological performance of the existing McNary turbine runner designs through CFD analyses. The analysis shall primarily consider the effects of pressure on Chinook salmon smolts and shall additionally include an assessment of turbulence. 2.0 Task Descriptions Task 1 - Acquire the geometric design of the existing McNary Units 1-14 including the turbine intake, intake screens, scroll case, distributor, runner and draft tube. Task 2 - Construct a Computational Fluid Dynamic (CFD) model for the existing turbine design. The model shall replicate the prototype scale using steady state assumptions. The full 360 degree runner shall be modeled replicating all runner blades and utilizing a rotating frame of reference. The full intake with and without bypass screens as well as the draft tube (with associated hydraulic losses) shall be included in the CFD model. The CFD model shall be capable of accurately defining hydraulic conditions/parameters of multiple turbine operations. Physical hydraulic model data and observations and prototype index test data will be used to validate the CFD model. Task 3 - From the full 360 degree CFD model(s) outputs, determine the magnitude and frequency of nadir pressures and turbulence exposure for up to four turbine operating conditions without screens and two turbine operating conditions with screens. Task 4 - Conduct a pressure exposure analysis of six individual conditions. The analysis shall determine estimates of pressure related mortality of juvenile salmonids. Task 5 - From the full 360 degree CFD model(s) outputs, demonstrate the below runner and draft tube performance by providing streamlines and velocity fields. Specific results shall include figures indicating flow reversals or misaligned flow within the draft tube, figures for swirl below the runner and distribution within and between the draft tube barrels. Task 6 - An optional task that may be awarded near the completion of Task 1-5 is a release point investigation. This includes an investigation of the sensitivity of outcome to sample sizes and sample injection locations for release of sensor fish and/or live fish for future field testing of the existing runner. The task shall include three direct release scenarios: one that will result in an even distribution through the runner environment with screens, another that will mimic the incoming fish distribution with screens and finally one that will mimic the incoming fish distribution without screens. The investigation shall determine with input from COE up to 3 release points below the screens or at the trash racks that will result in the desired distributions Task 7 - An optional task that may be awarded near the completion of Task 1-5 is a comparison of results for modeling done with both a prototype scale and model scale. Two operating points will be analyzed in CFD in model scale (1 to 25). Hydraulic conditions/parameters will be compared to prototype scale results and the difference discussed. Task 8 - Provide a summary draft report summarizing methods, validation and results (see Deliverables below). Task 9 - Provide a draft final report summarizing methods, validation and results (see Deliverables below). Task 10 - Provide a final technical report summarizing methods, validation and results (see Deliverables below). 3.0 Deliverables The Contractor shall prepare a Summary Report for Government. The Summary Report shall provide a detailed description of data processing and analysis methodology sufficient for the Government to understand and further interrogate the model outputs. A brief discussion of results shall be provided sufficient for the Government to make informed management and planning decisions. The Contractor shall prepare a Draft Final Report for Government and Regional review. The Draft Final Report shall provide a detailed description of data processing and analysis methodology sufficient for the Government to understand and further interrogate the model outputs. Quality Assurance and Quality Control measures and methodology for analyzing the CFD outputs shall be described in detail as well. The results of the CFD analysis and hydraulic parameters relating to biological performance should be discussed relative to similar modeling and data collection efforts for Ice Harbor Dam and other COE facilities. The Contractor shall prepare a Final Report for the Government incorporating Government comments on the Draft Final Report as agreed upon between the COE and Contractor. 4.0 Government-furnished Services/Equipment The Contractor shall be self-sufficient and is expected to have the required full computational modeling capabilities prior to a contract award. These CFD modeling capabilities of large Kaplan style hydro-turbine runners must include modeling hydraulic characteristics from turbine inlet through draft tube exit, including a 360 degree rotating reference for the model runner. The COE will be available for collaboration, but will not provide any software or equipment. Existing physical hydraulic model data as well as existing Prototype index test data may be made available for model validation but not model calibration. 5.0 Execution Timeline • Task 1 - 5 shall be completed within 14 weeks of given a Notice to Proceed. • Task 6 (if awarded) shall be completed within 18 weeks of given a Notice to Proceed. • Task 7 (if awarded) shall be completed within 18 weeks of given a Notice to Proceed. • Task 8 Summary Report shall be provided within 6 weeks of completing Tasks 1 through 5 or 6 and 7 if awarded. • Task 9 Final Draft Report shall be provided with 3 weeks of completing task 8. • Task 10 Final Report shall be completed within 10 weeks of completing task 9. SUBMISSION REQUIREMENTS FOR SOURCES SOUGHT: Interested statements shall be limited to five pages and shall include the following information: a. Firm's name, addresses, point of contact, phone number, and email address. b. CAGE Code and DUNS Number. c. A capability statement expressing interest in proposing on the solicitation when it is issued, describing the company and its specialized experience with the Bureau of Reclamation, US Army Corps of Engineers, and/or public utilities. d. A statement detailing any special qualifications or certifications, applicable to the scope of services requested, held by the in-house personnel of the firm expressing interest. A brief overview of the firm's capabilities and experience that relate to task 1 through 10 of the potential services listed above. e. A list of the firm's current or past specialized experience similar to or the same as the summary scope of services for this requirement performed in the last five years. Include a brief description of each project scope, schedule, and dollar value. f. A statement of your firm's business size to include designation as: SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, or a Large Business. SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Camilla Allen NLT 4:00 p.m. (PDT) on 14 July 2016, via email to: Camilla.allen@usace.army.mil (ensure that the number & title of the Sources Sought Notice of "W912EF-16-R-SS57, Professional Services: Advisory and Assistance Services - Biological Studies in the Snake and Columbia River Basins," is included in the subject line of the email). Any electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Ms. Allen's email inbox. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government; it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Government does not intend to make an award on the bases of this sources sought synopsis/request for information, nor will the Government pay for the information solicited herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-SS57/listing.html)
 
Place of Performance
Address: Contracting Office Address:, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362, United States
Zip Code: 99362
 
Record
SN04167581-W 20160702/160630235249-5965b8d7149c2fafcb465d781ef75d63 (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.