Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOURCES SOUGHT

Y -- Turbine Generator, Barkley PP - Request for Information - RFI

Notice Date
8/29/2018
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
 
ZIP Code
37202-1070
 
Solicitation Number
W912P518R0001
 
Archive Date
9/27/2018
 
Point of Contact
Lether E. Robinson, Phone: 6157367915
 
E-Mail Address
lether.e.robinson@usace.army.mil
(lether.e.robinson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information REQUEST FOR INFORMATION The Government is issuing this Request for Information to determine if a Project Labor Agreement is appropriate for the Turbine-Generator project at Barkley Power Plant, Kuttawa, KY. This is not a solicitation. No reimbursement will be made for any costs associated with providing information in response to this survey. This questionnaire is for market research purposes only. Requirement The Nashville District U.S. Army Corps of Engineers (USACE) anticipates a requirement for a firm fixed-price construction contract to accomplish the following work* at Barkley Power Plant, Kuttawa, KY: Summary of work for Barkley Turbine Generator: 1. The overall goal of this project is to increase the generator maximum output from 41.52 MW to 46.5 MW. This will be accomplished by rewinding units 2, 3, and 4. Unit 1 was rewound in September 2011. All the mechanical system to support this new load will have to be assessed and refurbished. While the units are down for rehabilitation there will be some efforts to upgrade or replace systems associated with the turbine generators. 2. General Project: The term of the project is estimate for 2 years of model testing and fabrication of the first unit. Followed by an additional 12 months of installation per unit. 3. Electrical Work: The electrical work will primarily include the stator winding, core laminations, rotor poles, and model verification. The stator is expected to be upgraded to epoxy mica insulation. This will allow for better thermal performance. The core will be designed with continuously stacked cores for more physical strength. 4. Turbine Work: Majority of the turbine work will be focused around head covers, wicked gates, turbine shaft, runner, bearings, operating ring, servomotors, and facing plates. Four (4) new runners will be installed with the implementation of a static oil head. A special item in this contract will be producing a display from the existing runner. The wicked gates will be refurbished and some spares will be fabricated. All turbine bearings will be inspected and converted to a straight fit and rest of the turbine equipment will be inspected and/or replaced to include but not limited to stay ring, stay vane, vacuum breaker, discharge ring, winter-kennedy and heat taps, head covers, bottom ring, and facing plates. 5. Mechanical Work: During the rehab all the mechanical support systems will be inspected or upgraded. This will include but not limited to brake ring, brake cylinders, thrust bearing coolers, float switches, digital relays, oil cleaning skid, governor temperature readout, lift system replacement, surface air cooler replacement, rotor spider inspection, guide bearing pumps, unwater valve, vacuum breakers, wicket gate lubrication system, and rotating exciter will be removed. 6. Asbestos Abatement: This will involve testing, removal and disposal of asbestos equipment in order to complete the rehabilitation contract. 7. Transformer Installation: Install government supplied two (2) three phase 13.2 - 13.2 / 161 kV main unit generator step-up (GSU) power transformers. This will required the removal of two (2) previously installed transformers located in the switchyard and disposal. The new equipment must be integrated with the grounding mat, oil containment and fire protection system. The contractor will be required to provide all plant, labor and materials to construct these features. *Please note that this description is subject to change.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P518R0001/listing.html)
 
Place of Performance
Address: Kuttawa, Kentucky, United States
 
Record
SN05062907-W 20180831/180829231739-6bc7115e767b03e70e8939f37bc86910 (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.