Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2020 SAM #6950
SOLICITATION NOTICE

Z -- McNary Station Services Units Upgrade

Notice Date
12/7/2020 8:47:56 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Walla Walla Walla Walla WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF21R0002
 
Response Due
12/15/2020 4:00:00 PM
 
Archive Date
12/30/2020
 
Point of Contact
Hillary A. Morgan, Phone: 5095277214, Karlyn K. Holland, Phone: 5095277206
 
E-Mail Address
hillary.a.morgan@usace.army.mil, Karlyn.K.Holland@usace.army.mil
(hillary.a.morgan@usace.army.mil, Karlyn.K.Holland@usace.army.mil)
 
Description
Construction Contract:� McNary Station Services Units Upgrade The work is located at the McNary Dam located in Umatilla County near Umatilla, Oregon. McNary Station Service Units 1 & 2 Turbine-Generator Rehabilitation is a construction project to upgrade McNary�s station service units 1 and 2.� The station service units are 3.75 MVA, 4,160 volt, 277 RPM Francis type hydro-generating unit built by Electric Machinery MFG Company circa 1950, located at McNary Dam, Umatilla County, Oregon.� Unit 1 is currently off line as a result of a winding failure in 2017, and Unit 2 operating continuously with no source of redundancy. The work requires mobilization, pre-disassembly operational tests and measurements, hydraulic turbine generator unit disassembly, turbine runner disassembly, provide and install new stator cores and stator windings, new brushless exciter systems, new control circuits and annunciation/SER systems,� rehabilitation to supporting turbine runner components, turbine runner reassembly, hydraulic turbine generator unit reassembly, operational tests and measurements, demobilization, and other optional provisions. Generator repairs on Station Service Units include replacement of the stator core and windings and accessories to include design, manufacture, shop test, and deliver one complete set of stator bars, stator core laminations and all accessories needed for a complete winding assembly, ensuring circularity for each unit.� Unit rotor repairs include cleaning, inspecting and testing the rotor. At the option of the Government, work would include reinsulating rotor field leads and refurbishing all rotor poles.� Excitation systems shall be removed and disposed of in compliance with state and federal requirements, and new brushless exciter systems installed and tested.� Existing control circuits and annunciation/SER systems shall be replaced with new control wiring with an annunciation/SER systems.� Clean and inspect disassembled components, including turbine and generator guide bearings with an option for refurbishment of the original station service units 1 and 2 bearings and spares. Remove and dispose the existing surface air coolers and furnish, install, and test new surface air cooler assemblies, associated piping, and valves. Remove and dispose the existing fiberglass air shrouds and install new air shrouds for stator end turns. The turbine scope of work includes disassembly of the Francis units, non-destructive examination of runner components, wicket gate bushing replacement, wicket gate stem sleeves replacement, links and levers bushings, painting the head cover and ancillary parts, upper and lower runner seal ring replacement, shaft sleeves replacement, and packing box replacements.� Following the mechanical rehabilitation work, the units will require reassembly of the turbine, alignment, and commissioning. It is anticipated that the existing turbine runners will be reused and require minor repairs and painting. It is also anticipated that existing parts have lead based paint, and all work is required to comply with site operations, environmental protection, and safety and health provisions. TIME FOR COMPLETION:� The work shall be complete all repairs for Station Service Units 1 & 2 to include all testing , inspections, and commissioning by no later than 1000 calendar days following Notice to Proceed Performance and payment bonds will be required.� The magnitude of the project is estimated to be between $5,000,000 and $10,000,000.� Sustainability requirements will be contained in the solicitation and resulting contract.�� The source selection process will be conducted as a best value trade-off, as defined in FAR Part 15.101-1.� The resulting contract will be Fixed Price. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. ��Solicitation documents for the Request for Proposal No. W912EF21R0002 will be posted to the Beta.sam.gov website on or about 31 August 2020.� The proposal due date will be contained in the solicitation and any solicitation amendments that may be used.�� The solicitation is to be competed as Unrestricted.� The small business size standard for NAICS Code 237990, Other Heavy and Civil Engineering Construction with no more than $39,500,000 in average annual receipts. A site visit will be offered approximately 2 weeks after the solicitation is posted.� Refer to the solicitation for details regarding the site visit.� Only one site visit is expected to be offered. Important Note:� The Beta.sam.gov response date listed elsewhere in this synopsis is for the Beta.sam.gov archive purposes only.� It has no relationship to the actual proposal submission date.� The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via Beta.sam.gov. ��NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to Beta.sam.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me To Interested Vendors� button in the listing for this solicitation on Beta.sam.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to hillary.a.morgan@usace.army.mil and karlyn.k.holland@usace.army.mil.� Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d6508d0435ca44ab82a9361d725f4970/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05867990-F 20201209/201207230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.