Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SPECIAL NOTICE

99 -- Old Hickory Power Plant Turbine Generator Rehab - NOI

Notice Date
2/25/2022 8:49:41 AM
 
Notice Type
Special Notice
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Response Due
3/17/2022 2:00:00 PM
 
Point of Contact
Kristal R Jones, Phone: 6157367916, Fax: 6157367124
 
E-Mail Address
Kristal.R.Jones@usace.army.mil
(Kristal.R.Jones@usace.army.mil)
 
Description
NOTICE OF INTENT TO INCLUDE BRAND NAME OR EQUAL SPECIFICATIONS IN A FUTURE CONTRACT FOR THE OLD HICKORY 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 OLD HICKORY POWER PLANT TURBINE GENERATOR REHABILITATION PROJECT IN HENDERSONVILLE, TENNESSEE. 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 three (3) turbine generators at Old Hickory Power Plant located in Hendersonville, Tennessee.� 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. Manufacturer Item Specification Reference 1 Wacker Chemie AG Vinnol H 15/50 and 15/45 M 09 97 02.23; Para 2.4.2.2, 2.4.2.3 2 Caloritech BX Convection Model BX3073 26 05 00.00 26; Para. 2.8 3 State Type NT Terminal Blocks 26 05 00.00; Para. 2.9.4 4 Weschler Process control meters (temperature gauges) 26 05 00.00; Para. 2. 5 Swagelok Fittings, valves, tubes 40 05 13.00 26; Para. 2.5.1.3, 2.5.2.1 48 13 13.04 26; Para. 2.14, 2.15 48 13 13.26 26; Para. 2.3.3 6 Parker A-lok fittings, valves, filters, hoses 40 05 13.00 26; Para. 2.5.1.3 48 13 13.26 26; Para. 2.3.3 48 13 13.03 26; Para. 2.9.4 & 2.4.4.4 7 Loctite Thread locker, sealant 48 13 13.01 26; Para. 2.1.13 8 Kobold Pressure indicating switch 48 13 13.04 26; Para. 2.14 9 Bijur Delimon Farval Automatic grease system parts 48 13 13.04 26; Para. 2.15 10 Total Lubricants USA, Inc. Velox 3 grease 48 13 13.04 26; Para. 2.15 11 Dwyer Mercoid Mercury pressure switches 48 13 13.26 26; Para. 2.9 12 IRIS Power PDA IV Portable Partial Discharge Analyzer 48 13 16.00 26; Para. 2.11.1 & 3.20.1 13 Vibrosystm Sensor system components 48 13 16.01 26; Para. 2.2, 2.4-2.6, 2.8.3.1 14 Dell Precision 7550 Mobile Workstation 48 13 16.01 26; Para. 2.8.3.1 15 Intel Xeon W-10855M 48 13 16.01 26; Para. 2.8.3.1 16 Microsoft Windows 10 Pro for Workstations 48 13 16.01 26; Para. 2.8.3.1 17 NVIDIA Quadro T2000 48 13 16.01 26; Para. 2.8.3.1 18 Ultrasharp FHD 48 13 16.01 26; Para. 2.8.3.1 19 O-Z Gedney Type AX Series Conduit Fittings 48 13 16.03 26; Para. 2.4.2 a. 20 WEG CT007404NPW22F2 Pump Motor 48 13 16.03 26; Para. 2.14.1 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 17 March 2022 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 at 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
SAM.gov Permalink
(https://sam.gov/opp/c5506a4f8b704b649455a2bf4b5a2be1/view)
 
Place of Performance
Address: Hendersonville, TN 37075, USA
Zip Code: 37075
Country: USA
 
Record
SN06251040-F 20220227/220225230110 (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.