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
SOLICITATION NOTICE

38 -- Chief Joseph Dam Station Service Refurbishment - Turbines & Generators

Notice Date
2/25/2022 11:09:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW22R0001
 
Response Due
3/1/2022 2:00:00 PM
 
Archive Date
03/16/2022
 
Point of Contact
Charles D. Idle, Phone: 2063163998, Camilla Allen, Phone: 2067644481
 
E-Mail Address
charles.d.idle@usace.army.mil, camilla.allen@usace.army.mil
(charles.d.idle@usace.army.mil, camilla.allen@usace.army.mil)
 
Description
POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Contract Specialist Charles Idle at email: Charles.D.Idle@usace.army.mil.� Please no phone calls.� All questions must be submitted in writing to the above point-of-contact. OVERVIEW: U.S. Army Corps of Engineers (USACE), Seattle District, requires refurbishment of the two station service units at Chief Joseph Powerhouse. The existing generators have a nameplate rating of 3.0 MVA and the existing turbines are Francis-type units with a nameplate rating of 3,500 HP at 171 feet of head. The following is a list of the major items of work included in this Contract. The work includes the removal of the existing components and systems of components which are known to have lead-based paint, without being specifically identified. The work includes, but is not limited to: General Work Perform all work required for mobilization/demobilization. Remove and dispose of items/systems to be discarded or replaced. Provide platforms, tools and equipment as specified and required to perform the required work. Clean turbine pit, generator, work and storage areas used by the Contractor. Dispose of (recycle) grease, etc. Perform pre outage testing and post reassembly generating unit commissioning. Draft tube fall protection anchors. Mechanical Work Disassemble the generating units and turbines. Inspect and refurbish turbine components. Paint refurbished components. Refurbishment of turbine guide bearings. Provide new Teflon thrust shoes. Refurbish upper and lower generator guide bearings. Furnish bearing RTDs and replace existing RTDs with platinum RTDs. Reassemble generating units. Perform complete alignment of generating units. Perform pre and post refurbishment generating unit operational tests. Disassemble, clean, inspect, refurbish and reinstall all generator brakes and associated appurtenances. Brake ring inspection, with optional refurbishment. Provide new thrust bearing oil coolers. Provide new surface air coolers. Provide new float switches in the bearing tubs. Provide new below the hook lifting devices. Provide new turbine guide bearing coolers. Provide new main cooling water piping and valves. Provide new penstock equalizing and drain valves and piping. Provide new wicket gates. Refurbish the wicket gate servomotors. Inspect the rotor spiders. Electrical Work Rewind the stators. Replace stator cores. Inspect and clean rotors and test the rotor field windings. Optional re-insulation of the rotor field poles. Replace field leads. Replace 4160-volt generator cables. Replace neutral breaker. Perform electrical work related to the installation of bearing RTDs. Perform electrical work related to installation of float switches and other instruments. The magnitude of construction is estimated to be between $10,000,000 and $25,000,000. The resulting contract will be a Firm Fixed-Price contract. The NAICS code for this procurement is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $39,500,000 in average annual receipts.� The solicitation will be issued as Unrestricted. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the SAM website at www.sam.gov under the subject solicitation number.� NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. �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 notice, you must log in to 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 sam.gov. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible.� All new contracts can be made ONLY to contractors who are registered in SAM.� This requirement applies to all DoD contract awards. ACCESS TO SITE VISIT FOR FOREIGN NATIONALS: Processing request for visits by Foreign Nationals can take up to 30 business days to complete and may impact the Contractor�s ability to attend if the paperwork is not approved before the site visit. It is highly recommended that each company plans to have a U.S. Citizen attend the site visit on their behalf. Non-U.S. Citizens and U.S. Citizens wishing to attend the site visit must complete the Request for Visitation Authority form (included in this announcement as an attachment) and submit either a scanned color copy of either the participants passport picture and signature pages or front and back of a driver�s license as soon as possible but no later than noon Pacific Time on 20 December 2021 so it can be processed by USACE Security. The site visit is scheduled for January 6th at 10am. Please submit required documentation for both US Citizen and Non-U.S. Citizens wishing to attend the site visit to Adrienne Murphy, Adrienne.E.Murphy@usace.army.mil (206) 764-6765.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07280f91b16747d982139b754d902007/view)
 
Place of Performance
Address: Bridgeport, WA 98813, USA
Zip Code: 98813
Country: USA
 
Record
SN06251351-F 20220227/220225230112 (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.