Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155

Dr. 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