Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
MODIFICATION

61 -- Transformer Denison Dam

Notice Date
11/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV-18-S-5000
 
Archive Date
12/16/2017
 
Point of Contact
Amy C. Feemster, Phone: 9186697173, Douglas D. Buffington, Phone: 9186697078
 
E-Mail Address
amy.c.feemster@usace.army.mil, douglas.d.buffington@usace.army.mil
(amy.c.feemster@usace.army.mil, douglas.d.buffington@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For FORCED GAS-COOLED/FORCED AIR-COOLED TYPE, CLASS GDAF TRANSFORMER DENISON DAM, LAKE TEXOMA, TEXAS Amendment 0001: The purpose of this amendment is to extend the sources sought responce date to 2:00 PM CST, Friday, 1 December 2018. This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a contract to procure two forced gas-cooled/forced air-cooled type, class GDAF transformers. Proposed project will be a competitive, firm-fixed price, contract procured in accordance with FAR 15 Contracting by Negotiation. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUB Zone, SDVOSB, and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing research, design, manufacture, deliver, assemble on-site, and commission two forced gas-cooled/forced air-cooled type, class GDAF transformers. Contract requirements will include a design that has an established record of satisfactory operation with the type of gas system specified. Gas medium shall be sulfur hexafluoride gas for electric power equipment. The transformers shall be designed and manufactured for transportation by rail and trucking by heavy hauler, and for shipment by sea if the transformers have a probability of being transported by this method. Minimum capabilities required include demonstrated capability of designing and building GDAF transformers. The transformers, accessories, and spare parts shall conform to the applicable requirements of IEC 60076-15, IEC 60376, IEEE C57.12.00, IEEE C57.12.10, IEEE C57.12.70, IEEE C57.12.80, and IEEE C57.12.90. Material and equipment provided with the transformers shall be standard products from a manufacturer regularly engaged in their production, and shall essentially duplicate items that have been in satisfactory use for at least 3 years, unless otherwise specifically approved by the Contracting Officer. In accordance with FAR 28.103 the Government will require the Contractor to obtain both performance and payment bonds for the duration of the project. The North American Industry Classification System code for this procurement is 335311 Power, Distribution, and Specialty Transformer Manufacturing which has a small business size standard of 750 Employees. RATINGS AND ELECTRICAL CHARACTERISTICS: The ratings and electrical characteristics of the transformers shall be as follows: a. Continuous ratings, at the 65 degrees-C temperature rated temperature rise, on all taps, kVA: GDAF Rating: 53,500 b. Frequency, Hz: 60 c. Number of phases: 3 d. Rated voltage, kV: (1) High-voltage windings: 138 (2) Low-voltage windings: 13.8 e. Winding connections: (1) High-voltage windings: Grounded-Wye (2) Low-voltage windings: Delta f. Impedance, at maximum GDAF rated current, subject to IEEE tolerances, percent: 10.0% g. Angular displacement, low-voltage lags high-voltage by, degrees: 30 h. Basic impulse insulation levels (BIL), kV: (1) Line ends of the high-voltage windings, not less than: 650 (2) Neutral ends of the high-voltage windings, not less than: 150 (3) Low-voltage windings, not less than: 110 i. Taps in low voltage windings: None j. Taps (full capacity) in high voltage winding (1) Tap 1, percent of high-voltage rating: 105.0 (2) Tap 2, percent of high-voltage rating: 102.5 (3) Tap 3, percent of high-voltage rating: 100.0 (4) Tap 4, percent of high-voltage rating: 97.5 (5) Tap 5, percent of high-voltage rating: 95.0 k. Maximum no-load losses at rated voltage and frequency, kW: 35 l. Maximum load losses at maximum GDAF rated kVA and 1.0 power factor, kW: 190 m. Maximum average sound level at rated voltage and frequency, with all cooling groups in operation, dB: 85 n. Maximum transformer total weight, completely assembled and gas filled with all accessories installed, pounds: 170,000 Structural design criteria and seismic calculations shall be provided for the transformer design, to include the main tank, structural steel supporting base, seismic restraints, and all major components such as bushings, and cooling equipment. STRUCTURAL DESIGN CRITERIA Structural design criteria shall include the following: a. Indicate the industry design standards and allowable stresses or capacities to which steel plate, structural steel shapes, welds, bolts and studs shall conform. b. Indicate the industry standards used in developing the seismic forces and analysis techniques used in design of the transformer and transformer components. c. Seismic design for equipment restraint shall be in accordance with Chapter 13, "Seismic Design Requirements for Nonstructural Components," of ASCE 7 with the seismic design force computed as per Section 13.3 "Seismic Demands on Nonstructural Components". Electrical equipment restraint shall designed in accordance with the provisions in IEEE 693 Annex D, or Section 13.3 of ASCE 7 whichever produces the more adverse seismic effects. For ASCE 7, use a spectral acceleration SDS = 0.1875 IP = 1.50, and z=h=1. For IEEE 693, the seismic qualification level shall be moderate. Each transformer shall be provided with a structural steel supporting base. It must designed for permanent mounting to the on the pedestal directly as the rails will be removed. The transformer must be designed to be leveled and supported by 5,000 psi non-shrink grout placed under the structural base. Grout placement will be provided by a separate contract. The structural steel supporting base must span all three existing single-phase piers as indicated in the contract drawing. Shimming between the embedded plate and base weld tabs is not permitted. ANCHORAGE TO EXISTING CONCRETE PEDESTALS FOR SEISMIC RESTRAINT Each transformer must be designed for mounting on the existing pedestals The following work will be performed in a separate contract: a. The existing embedded rails will be removed flush with the existing concrete surface on all pedestals where the new transformer will be located. b. New steel plates will be grouted level and seismically anchored to the pedestals "a" and "c". For the purposes of performing seismic calculations, separate seismic anchorage points will be used for anchorage to the existing concrete pedestals. The separate seismic anchorage points will consist of base weld tabs, as part of the transformer structural steel supporting base, as indicated on drawings S-101. They will be welded to the new embedded steel plates. The welds must be design to resist the calculated seismic forces. The weld design loads will be used to design the embedded steel plate anchorage. CORE Each transformer core shall be constructed of high-quality, non-aging, cold-rolled, grain-oriented steel especially suitable for the purpose. The core steel laminations shall meet the requirements of ASTM A 664 and ASTM A 876, shall have a maximum thickness of 0.270 mm, and the design flux density shall not exceed 1.75 Tesla. The use of paper insulation in the core will not be acceptable. Electrical core steel core loss, rms exciting power, rms and peak exciting current, and ac permeability shall be tested in accordance with ASTM A 343. Each roll of sheet steel used shall have the surface insulation resistivity tested in accordance with ASTM A 717. The core shall be carefully assembled and rigidly clamped to ensure adequate mechanical strength to support the windings and to prevent shifting of the laminations during shipment, and also to reduce vibration to a minimum under operating conditions. Core joints shall be interleaved. The transformer core design and construction methods shall be in such a manner to assure that the average sound level due to operation of the transformer and accessories will not exceed 85 dB at rated voltage and frequency as measured in accordance with IEEE C57.12.90. WINDINGS General Each transformer shall be manufactured with windings meeting the requirements of paragraph "Ratings and Electrical Characteristics", consisting of one high-voltage winding (H) per phase and one low-voltage winding (X) per phase. The winding conductors shall be of high-conductivity copper magnet wire meeting the applicable requirements of NEMA MW 1000 and of a circular coil construction. Consideration shall be given to all factors of service, such as high dielectric and mechanical strength of insulation, coil characteristics, and minimum restrictions to free circulation of SF6 gas. Coils shall be made up, shaped, and braced to provide for expansion, contraction, and shrinkage due to temperature changes and aging in service in order to avoid abrasion of insulation and to provide resistance to movement and distortion caused by abnormal operating conditions. Adequate barriers shall be provided between windings and core and between high-voltage and low-voltage windings. End coils shall have additional protection, if required, against normal line disturbances. The delta and wye winding connections shall be made inside the transformer tank. A de-energized tap changer shall be provided, with taps located in the high-voltage windings. The tap changer contacts shall be silvered, and capable of withstanding the full short circuit current of the transformer without injury. Insulation Levels The transformers shall be designed for BIL of the windings as specified in paragraph "Ratings and Electrical Characteristics", and shall be capable of withstanding IEEE Standard dielectric tests, in accordance with paragraph "Power Transformer Tests", corresponding to the specified winding insulation levels. BUSHINGS Each transformer shall have three high-voltage, three low-voltage, and one neutral leads brought out from the tank through bushings as specified below. Bushings of the same voltage and current rating shall be interchangeable and, as applicable, conform to IEEE C57.19.00 and IEEE C57.19.01, or equivalent approved gas-to-air bushing standards. All bushings shall meet the following requirements: a. Bushings shall be of recent manufacture and shall be of a type and style currently manufactured by the bushing manufacturer. b. Bushings shall be designed for outdoor service. All bushings which will be exposed to direct sunlight shall have UV resistant insulating sheds. c. Bushings shall be so designed that there will be no stressing of any parts due to temperature changes, and adequate means shall be provided to accommodate conductor expansion. d. Bushings shall seal gastight on the transformer tank. e. The power factor of each bushing shall meet the requirements of IEEE C57.19.01, Table 6 as applicable to the voltage class. f. High-voltage and neutral bushings shall be of composite insulator construction with an electrical-grade resin-impregnated paper condenser core. The condenser core shall be completely solid, and manufactured to appropriately grade the electrical field. The bushing external composite insulator shall be gray in color. Bushings shall be ABB Type CORIP, or approved equal. g. The low voltage bushings shall be designed for the installed orientation and the exterior shell above the mounting flange shall be of porcelain construction and formed in one piece. Viton gaskets shall be used for the installation of all low-voltage bushings. h. Bushings shall be nameplate rated and tested for use at 60 Hz Frequency. BUSHING RATINGS The high-voltage and neutral bushings provided shall be designed to withstand the standard withstand test voltages as indicated in Table 1 of IEEE C57.19.01, suitable for the installation mounting methods used for the transformer. High-Voltage Bushing Minimum Requirements a. Insulation class, kV: 138 b. BIL rating, kV: 650 c. Minimum current rating, Amperes: 400 d. Creepage distance: Light contamination e. Test tap suitable for power factor testing High-Voltage Neutral Bushing Minimum Requirements a. Insulation class, kV: 34.5 b. BIL rating, kV: 200 c. Minimum current rating, Amperes: 400 d. Creepage distance: Light contamination e. Test tap suitable for power factor testing Low-Voltage Bushings Minimum Requirements a. Insulation class, kV: 25 b. BIL rating, kV: 150 c. Minimum current rating, Amperes: 3,000 d. Thermal rating, degrees Celsius temperature rise: 125 e. Viton gaskets used for installation f. Solid bulk designs, if provided, shall be of a low-corona design COOLING EQUIPMENT Coolers Each transformer shall have forced-gas, forced-air (GDAF) cooling equipment of sufficient capacity to permit continuous operation of the transformer at maximum load without exceeding the allowable temperature rise. The cooling equipment shall also be adequate to provide continuous operation at 1,500 kVA load with one cooling group in service without exceeding the maximum allowable temperature rise. The cooling equipment shall be provided with not less than two separate cooling groups, which shall be supported by the structural frame. Each cooling group shall include one or more suitable gas to air heat exchangers, one gas blower, and adequate fans. The coolers shall be so located on the tank as to insure uniform circulation of the gas through the transformer windings. Valves in the gas inlet and outlet connections, and provisions for venting and draining, shall be provided on each cooler to permit the removal of any cooler without taking the transformer out of service. The transformer cooling equipment shall be designed to assure that the average sound level due to operation of the transformer and accessories with all fans and blowers in operation will not exceed 85 dB, as measured in accordance with IEEE C57.12.90. Gas Blowers Design the gas blowers and motors to deliver the required amount of gas under the most adverse conditions. Motors must drive the blowers continuously under such conditions without exceeding their kilowatt rating or rated temperature rise. Provide blower assemblies with the following features: a. thermal overload protection for each motor b. easily accessible fittings for greasing when mounted in the supporting frame. c. designed and connected so that it may be removed for repairs or replacement without taking the transformer out of service. d. rated for continuous operation for ambient temperatures between -20 to 50 degrees Celsius. Forced-Air Equipment The forced-air equipment shall include propeller type fans with guards and direct-connected motors, and a rigid housing with venturi openings, and louvers or baffles, if needed, to direct the air stream against the heat exchanger and to prevent recirculation of discharged air. Power Supply Equipment The power supply for fan motors and gas blowers will be 480 V, 3-wire, 3 phase, 60 Hz, as indicated on the contract drawings from the new motor control centers. Power will be direct-wired from the distribution panel located in the powerhouse to a terminal block in the power cabinet. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by The Small Business Administration. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 2 January 2018, and the estimated proposal due date will be on or about 2 April 2018. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 20 pages and shall include the following information: 1. Firm's name, address, CAGE Code, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (in accordance with FAR 52.219-14), include firm's capability to execute production, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, if Government Contract provide the Contract Number, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size according to NAICS Code 335311- LB, SB, 8(a), HUB Zone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars) via letter from bonding company 8. What changes to the requirement would make this a suitable project for you and your team? Interested Firm's shall respond to this Sources Sought Synopsis No later than [2:00 PM CST] [Friday] [24 November 2017]. All interested firms must be registered in System for Award Management to be eligible for award of Government contracts. Mail, fax ((918) 669-7495), or email your response to Amy Feemster, 918-669-7173 Amy.C.Feemster@USACE.Army.mil and Douglas Buffington, 918-669-7078 Douglas.D.Buffington@USACE.Army.mil [EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-18-S-5000/listing.html)
 
Place of Performance
Address: Denison Dam, Denison, Texas, 75020, United States
Zip Code: 75020
 
Record
SN04749459-W 20171129/171127231115-ab370e065e37e33a3a890d03d5843aca (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  © 1994-2020, Loren Data Corp.