SOURCES SOUGHT
61 -- RS Kerr Dam Transformer Purchase
- Notice Date
- 7/11/2018
- Notice Type
- Sources Sought
- 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
- W912BV18S0003
- Archive Date
- 8/14/2019
- Point of Contact
- Amanda M. McGovern, Phone: 9186697070, Brian Hutchison, Phone: 9186697426
- E-Mail Address
-
Amanda.M.McGovern@usace.army.mil, brian.c.hutchison@usace.army.mil
(Amanda.M.McGovern@usace.army.mil, brian.c.hutchison@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS TRANSFORMERS SUPPLY ROBERT S KERR DAM, OKLAHOMA W912BV18S0003 This is a market survey for information only, SOURCES SOUGHT announcement; 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 United States Army Corps of Engineers-Tulsa District has been tasked to solicit for and award a contract for the purchase of two (2) three-phase 13.2 - 13.2 / 161 kV main unit generator step-up (GSU) power transformers for the Robert S. Kerr Hydropower House. Delivery will be to RS Kerr Reservoir located in Keota, Ok. NO INSTALL is required however a commissioning is required. 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), Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing research, design, manufacture, delivery, assembly on site, and commissioning two (2) three-phase 13.2 - 13.2 / 161 kV main unit generator step-up (GSU) power transformers to replace the two (2) existing three-phase GSU transformers at the Robert S. Kerr Dam powerhouse. 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 GSU power transformers. The transformers, accessories, and spare parts shall conform to the applicable requirements of IEEE C57.12.00, IEEE C57.12.10, IEEE C57.12.90, IEEE C57.19.00, and other industry standards (ANSI/IEEE, NEMA, etc) as applicable. 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. 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 CHARACTERISTICS The ratings and electrical characteristics of the transformers shall be as follows: Nameplate Data The following list identifies the nameplate data for the replacement transformers. a) Type: Class II GSU Power Transformer b) Phasing: Three-phase c) Cooling class: ONAN/ONAF d) kVA Rating: 60,000 / 80,000 e) Voltage Ratings: 161,000 GrdY (H) - 13,200 Delta (X) / 13,200 Delta (Y) f) Temperature rise: 65° C g) Frequency: 60 Hz h) Winding BIL levels, kV: 750 (H) / 110 (X) / 150 (H0) i) Oil preservation: Nitrogen gas blanket j) Impedance: 8% @ 30,000 kVA (H-X) 8% @ 30,000 kVA (H-Y) 16% @ 30,000 kVA (X-Y) k) HV Winding DETC: 5 taps; 2 @ + 2.5%, 2 @ -2.5% l) Maximum sound level (ONAF): 68 dB m) Maximum no-load losses: 60 n) Maximum load losses: 160 Bushings The following list identifies the details and ratings of the replacement transformer bushings. a) HV winding (H): 230 kV Class, 900 kV BIL, 400 Amp, Composite exterior with resin impregnated paper (RIP) or resin impregnated synthetic (RIS) condenser core (Two 600:5 MRCT, 0.3B-1.8 metering accuracy, C400 relaying accuracy). b) LV winding (X): 25 kV Class, 150 kV BIL, 2,000 Amp, porcelain construction, bulk-type, light contamination, 125 degrees Celsius temperature rise rating (No bushing current transformers required, except for as needed for winding temperature indicators and cooling control system). c) Neutral (H0): 25 kV Class, 150 kV BIL, 200 Amp, Composite exterior with resin impregnated paper (RIP) or resin impregnates synthetic (RIS) condenser core (One 200:5 CT, C200 relaying accuracy). d) Core Grounds: 2.5 kV Class, 25 kV BIL, 100 Amp. e) SFRA test shipping bushing: 2.5 kV Class, 45 kV BIL, 100 Amp. Insulating Oil The insulating oil will be of Naphthenic base ASTM D3487 Type II with 0.3% by mass of oxidation inhibitor. Anticipated solicitation issuance date is on or about 15 Sept 2018, and the estimated proposal due date will be on or about 17 Oct 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. Period of Performance is estimated to be 18 months from time of award. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, 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 (include firm's capability to manufacture, comparable size and voltage within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable Interested Firm's shall respond to this Sources Sought Synopsis no later than 02:00 PM CST 26 Jul 2018. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Amanda McGovern at Amanda.M.McGovern@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18S0003/listing.html)
- Record
- SN04987434-W 20180713/180711231202-7e0f23b0b954dc614cdb7bc3bbe6d9e7 (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 |