SPECIAL NOTICE
61 -- EXCITER REFURBISHMENT ID/IQ
- Notice Date
- 4/17/2019
- Notice Type
- Synopsis
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Bureau of Reclamation<br />Pacific Northwest Region<br />Grand Coulee Acquisition Group<br />Hwy 155, PO Box 620<br />Grand Coulee<br />WA<br />99133<br />US<br />
- ZIP Code
- 99133
- Solicitation Number
- 140R1719Q0010
- Point of Contact
- Collins, Paula
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. Contractor must have knowledge of ANSI/EASA AR100-2015 regulations and best practices. The intent of this notice is to determine the availability of contractors that can provide the following: The Bureau of Reclamation (BOR) has a requirement to refurbish Exciter System Components located at the Grand Coulee Power Office (GCPO), Grand Coulee Washington. GCPO has 27 Rotating Exciter Systems in place and one spare skid mounted exciter. The Exciters Systems are comprised of: 18 main generator units, 3 local station service units, and 6 pump units. The excitation units are located in the Left and Right Power Houses and in the John Keys Pumping Plant. 1.0 SCOPE In accordance with (IAW) the ANSI/EASA AR100-2015 Standard of the recommended practice for the repair of rotating electrical apparatus, found at: https://www.easa.com/sites/files/resource_library_public/EASA_AR100-2015_0815_0.pdf, the contractor shall provide all labor, equipment, and materials to refurbish Exciter Components and Sub Components to an "as new" condition. The contractor shall test and provide results to the Government. The results shall be provided using industry standard and provided on the government furnished forms. The contractor shall provide shipping to and from their refurbishment facility. The goal is to provide refurbished and tested excitation units which will operate at a specified performance level for a period of not less than five (5) years. However, with new insulation, paint, commutation, and bearings they should not operate at less than specified levels for a period of not less than ten (10) years as supported by facility scheduled maintenance programs and under ordinary working conditions within the powerhouse/plant. (Left and Right Powerhouses and John Keys Pumping Plant at Grand Coulee Project Office: Grand Coulee Dam; Grand Coulee WA.) The Contractor shall warrant the work performed and any modifications thereto, for a period of one year. During this warranty period, and at no cost to the government, the Contractor shall repair any and all defects resulting from the work performed by the Contractor that become apparent after the exciter set has been returned to GCPO. 2.0 SHIPPING/TRANSPORTATION The Contractor shall transport the exciter/PMG pieces to and from the Contractor ¿s facility. The Government will prepare the exciter pieces for shipping at the Grand Coulee Dam Left/Right Powerhouse and John Keys Pumping Plant and load them on to the Contractor's truck. The Government will off load the exciter pieces from the Contractor's truck upon their return to Grand Coulee Dam. Potential offerors having the capabilities necessary to meet the needs of the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements must include the following: 1) Company name and Point of Contact information 2) DUNS number 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.) 4) Provide 3 references that your company has provided similar services within the last three (3) years Responses are due no later than 5:00 PM PT, Wednesday, April 24, 2019, and shall be electronically submitted to Paula Collins at pcollins@usbr.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/cad43137ce31afbb9d6262333af9e6b5)
- Record
- SN05284542-F 20190419/190417230029 (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 |