|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155Dr. M.A. Swidan, Chairman, Egyptian Electricity Authority (EEA), Ramses
Street Extention, Abbassia, Nasr City, Cairo, Arab Republic of Egypt.
USAID program C -- CONTROLS UPGRADE PROJECTS, UNDER THE ASWAN HIGH DAM CONTROLS
UPGRADE PROJECT POC Contact Point: Mr. Barry J. Valek, Project Manager,
Tel: 610-774-4244, Fax: 610-774-5177, E-mail address: BJVALEK@papl.com
Mr. Barry J. Valek, Project Manager, Aswan High Dam Controls Upgrade
Project, PSSG, Pennsylvania Power and Light Inc., Two North Ninth
Street, Allentown PA. 18101. The Egyptian Electricity Authority (EEA),
a public sector organization under the Ministry of Electricity and
Energy, Government of Egypt, invites expressions of interest and
submission of prequalification information, for the purpose of
short-listing, from U.S. firms only who can qualify through experience
with projects of similar magnitude, for Design/Build (D/B) services
for the replacement of the existing protective relaying, control
boards, unit controls, and related field instrumentation and equipment
at the Aswan High Dam Power Station. The works shall include design,
manufacture, supply, installation, testing, training and commissioning
of the Distributed Control Systems/Data Acquisition Systems (DCS/DAS),
protective relays, and related equipment. The following summarizes the
proposed project scope: 1) Install a new distributed control system
and data acquisition system (DCS/DAS). The DCS functionally replaces
some of the existing "hardwired" electro- mechanical relay control
system such as, but not limited to, unit start/ stop control and sound
light signal for the Control Room and the Machine Hall. For some, the
DCS and "hardwired" will be redundant. 2) Furnish automated sequence
of events (SOE) recording that is integral to the DCS/DAS. 3) Install
a GPS (Global Positioning System) Time Synchronizing System and
synchronize various "clocks" to it. 4) Group (Joint) MW control and
Group (Joint) MVAR control will be included in the DCA. 5) In
conjunction with the DCS/DAS, establish a 220 Volts Vital AC System and
install an instrument grounding system (IGS). 6) For each of the twelve
(12) Units, remove (by EEA) the existing Unit Control/Protection Board,
except the Governor Panel, and install (by Contractor) a new Unit
Control/Protection Board. (The Unit Excitation Board will not be
replaced.) Install a new automatic synchronizer for each Unit. Install
a synch-check device to supervise manual and automatic closing of the
unit circuit breaker. 7) The block consists of three (3) Unit
transformers. For each of the four (4) blocks, remove the existing
Block Board and install a new Block Board. Selectively replace existing
static a new converters (transducers) and analog meters. 8) Install a
new 132 KV automatic synchrocloser to replace the existing one. 9)
Remove the Telemechanic transmitters and receivers for each of the
Blocks, the 132 KV Lines and the 500 KV Lines 1 & 2. 10) Upgrade the
existing Sound & Light Signaling System for the Machine Hall and for
the Control Room by using the DCS/DAS to replace various hardwired
controls and furnishing new bells and horns to replace the existing
bells and horns. 11) Replace instruments on the Unit Excitation Board
of each Unit. 12) Selective replacement of existing field
instrumentation. 13. Install new field instrumentation. 14) Upgrade
protection schemes of the generators including auxiliary generators,
the unit transformers, the station service transformers, the station
service transformers 1 and 3 and the blocks. 15) Install a new Control
Room Mimic Board and remove the existing one. 16) Install a new
Control Room Operator Console and remove the existing one. 17) Upgrade
the Control Room and the Observation Deck facilities. 18) Establish a
DCS Room near the Control Room. This is for the DCS/DAS module
termination cabinets and a DCS Engineering workstation. 19) Related to
the project, install new cables (do not re-use existing cables).
Install new cable trays and conduits for new cables as needed. 20)
Install flowmeters in Water Tunnel 3, Unit 6 and Water Tunnel 6, Unit
11. 21) Install a new, additional potential transformer for each main
generator. 22) Install new auxiliary current transformers as needed by
the upgraded protection schemes. 23) In case the Contractor removes
the abandoned instruments, devices and panels, they should be handed
over to EEA for proper disposal. 24) Switchyard Circuitbreakers and
presently motorized switchyard disconnect switches for all voltage
levels (6 KV, 15.75 KV, 500 KV and 132 KV) will be remotely
controllable from the Control Room and status displayed on the CRT
screen and Mimic Board. Earth switches status is to be displayed on the
CRT and the Mimic Board. Voltage level 0.4 KV status is to be displayed
on the CRT screen. 25) New control circuits of gate lock control, high
pressure pump and generator cooling water system should be capable of
interface with the DCS. Firms will be evaluated in accordance with the
evaluation criteria found in the Prequalification Questionnaire (PQ),
listed in descending order of importance. Firms must comply with the
USAID source, origin and nationality requirements and USAID geographic
code 000 as set forth in Title 22 of the Code of Federal Regulations,
part 228 (22 CFR Part 228) and to demonstrate capabilities, experience
and the ability to complete this D/B project as stipulated and
explained in the PQ. Participation of combinations of firms is
acceptable, provided that it is in the form of a single firm as a prime
contractor with subcontractor(s). Anticipated construction period is 18
months. EEA contemplates awarding a fixed price (lump sum/unit price),
host-country contract to the lowest responsive and responsible bidder
whose bid conforms to the Invitation for Bids (IFB) requirements and
provides the lowest total price. Payment will be in U.S. dollars and
local currency. Financing of the U.S. dollar portion will be under
USAID Grant No. 263-0224. Local currency payments will be made by EEA.
It is anticipated that PQ and additional information will be available
by written request (facsimile requests are acceptable) from PSSG,
Pennsylvania Power and Light Inc., Two North Ninth Street, Allentown,
PA, 18101 fifteen days after the publication of this notice. The
deadline for receipt of information will be 30 days after the date of
the issuance of the PQ. Instructions for submittal of information, i.e,
exact date of submission, time and place will be provided in the PQ.
Late submissions will not be considered. An Invitation For Bids (IFB)
is expected to be issued on/about December 1998 to prequalified firms
who will only be allowed to submit bids. The Government of the Arab
Republic of Egypt and the U.S. Agency for International Development
encourage and welcome in this activity the participation, to the
fullest extent possible, of minorities and women both as individuals
and as members of contracting or sub- contracting firms. In this
respect, it is anticipated that the prime contractor will make every
practicable use of such personnel and firms. Posted 08/06/98
(I-SN233708). (0218) Loren Data Corp. http://www.ld.com (SYN# 0014 19980810\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|