Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
MODIFICATION

Y -- Barkley Power Plant Turbine Generator Rehab NOI

Notice Date
9/10/2019
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, 110 9th Ave., South Room A405, Nashville, Tennessee, 37203, United States
 
ZIP Code
37203
 
Solicitation Number
W912P519B0003
 
Archive Date
3/16/2019
 
Point of Contact
Kristal Jones, Phone: 615-736-7916
 
E-Mail Address
Kristal.R.Jones@usace.army.mil
(Kristal.R.Jones@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO INCLUDE BRAND NAME OR EQUAL SPECIFICATIONS IN A FUTURE CONTRACT FOR THE BARKLEY POWER PLANT TURBINE GENERATOR REHABILITATION PROJECT Description(s): ARMY CORPS OF ENGINEERS-NASHVILLE DISTRICT'S NOTICE OF INTENT TO INCLUDE BRAND NAME OR EQUAL SPECIFICATIONS IN A FUTURE CONTRACT FOR THE BARKLEY POWER PLANT TURBINE GENERATOR REHABILITATION PROJECT IN KUTTAWA, KENTUCKY. The U.S. Army Corps of Engineers Nashville District (USACE LRN) will be soliciting proposals for a Single Award Firm Fixed Price construction contract to replace four (4) turbine generators at Barkley Power Plant located in Kuttawa, Kentucky. It is industry standard practice, while designing intricate mechanical and electrical systems, to base design around products that meet the needs of the project based on the standard of quality required and the make and model used as basis of design. As all the components of a system must work together and function as a system, the basis of design of each individual component may change based on substitution. The standard of quality must remain the same as the USACE design. In addition to a functional system, the products used as the basis of design for the subject project also fit within a specific footprint and are compatible with existing equipment systems in the power plant without major modification. Competition is only limited to the extent necessary to meet the Government's legitimate needs of this project. Contractors are free to use any product which meets the Government's minimum needs. Other manufacturers may be substituted as long as the standard of quality and characteristics of the substituted manufacturer meet or exceed the standard of quality and characteristics of the basis of design. Reference clause Federal Acquisition Regulation (FAR) 52.236-5, Material and Workmanship. The Materials and Workmanship clause will be included in the anticipated solicitation and resulting contract. This clause states that: "References in the drawings and specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition." The Contractor may, at its option, use any equipment, material, article, or process that, in the judgment of the Contracting Officer, is determined to be equal through formal evaluation comparison against the specified salient characteristics as provided by the written specifications for each piece of equipment, material, article or process. For the purposes described herein, the USACE LRN intends to issue a competitive solicitation that will include the brand name or equal items listed below: No.ManufacturerItemSpecification Reference 1Office StarModels 5560 or 2300 or approved equal01 50 00; Para 3.5.1.1.c 2TractelTirfor Griphoists or approved equal05 50 14; Para 1.4.e 3Crosby Turnbuckles or approved equal05 50 14; Para 2.1.12 4Crosby Shackles or approved equal05 50 14; Para 2.1.13 5Crosby Swivel Hooks or approved equal05 50 14; Para 2.1.14 6Crosby Swivel Hoist Rungs or approved equal05 50 14; Para 2.1.15 7PPGBetonel Delux 8574 Bleu or approved equal09 97 02; Para 3.5 8Wacker Chemie AGVinnol H 15/50 or approved equal09 97 02; Para 2.3.2.2 9Wacker Chemie AGVinnol H 15/45 M or approved equal09 97 02; Para 2.3.2.3 10NIBCOF-515-CS-F-66-FS or approved equal22 00 00.00 26; Para 2.5.4.b 11NIBCOF-515-S6-F-66-FS or approved equal22 00 00.00 26; Para 2.5.4.c 12Maxi-BoltAnchors or approved equal22 00 00.00 26; Para 2.6 13BaronModel BA-LV-150 Vacuum Oil Purifier or approved equal22 00 00.00 26; Para 3.5.2 14Jerguson Magnicator II Point Level Switch or approved equal22 00 00.00 26; Para 3.6 15BSM Pump Rotary Gear Pump00-Series for 1000 SSU or approved equal22 00 00.00 26; Para 3.7.1 16Oilskimmers Inc.Model V6 or approved equal22 00 00.00 26; Para 3.11 17FarvalCS2000 or approved equal22 00 00.00 26; Para 3.12 18ABBRGW6-ST-1 or approved equal26 05 00.00.26; Para 2.4.3 19DwyerProximity Series CLS2 or approved equal26 05 00.00.26; Para 2.12 20FenwalDETECT-A-FIRE or approved equal26 05 00.00.26; Para 2.17 21YokogawaModel # AXF040C-E1AL1L-BA11-21B/FF1 or approved equal26 05 00.00.26; Para 2.2 22DwyerRTD Model # RTD-646 or approved equal26 05 00.00.26; Para 2.9 23Absolute Process InstrumentsModel # 1420GA-P-HH-U or approved equal26 05 00.00.26; Para 2.1 24Weschler InstrumentsModel # BG-241TC or approved equal26 05 00.00.26; Para 2.11 25IDEC CorporationModel # PS5R-D24 or approved equal26 05 00.00.26; Para 2.13 26Absolute Process InstrumentsModel # 1020GA-P-LL-U or approved equal26 05 00.00.26; Para 2.14 27Loctite Gasket EliminatorNo. 504 or approved equal48 13 13.02 26; Para 3.10.5 28Chesterton1750 or 1760 PTFE/Graphite or approved equal48 13 13.01 26; Para 2.4.a 29GarlockStyle 1965 PTFE/Graphite or approved equal48 13 13.01 26; Para 2.4.a 30Garlock1333-G Graphite Packing or approved equal48 13 13.01 26; Para 2.4.b 31Parker Packing CompanyPolypak or approved equal48 13 13.04 26; Para 3.15.3 32James WalkerLoFilm Shallex or approved equal48 13 13.04 26; Para 3.15.3 33NIBCOType T-FP-600N or approved equal48 13 13.04 26; Para 3.26.3 34ZepIron Clad or approved equal48 13 13.07 26; Para 3.4.6 35Iris Power Engineering, Inc.Model PDA-IV or approved equal48 13 16.00 26; Para 2.10.5 This Notice of Intent is not a request for competitive proposals. All responsible sources may identify their interest and submit clearly articulated product information. Product information provided will be considered solely at the discretion of the Government. Responses must be received by 25 September 2019 to be considered. The Government will not be responsible for any cost incurred in preparation of your response. Submit response and questions to this notice to, Contract Specialist Kristal Jones: Kristal.R.Jones@usace.army.mil. The posting of this Notice satisfies the provisions set forth at FAR Subpart 5.2., Synopses of Proposed Contract Action.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P519B0003/listing.html)
 
Place of Performance
Address: Kuttawa, Kentucky, United States
 
Record
SN05439193-W 20190912/190910231410-dc14b8ee915a2886cb1ce891db384d6a (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.