Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#2601

USAED, Walla Walla, ATTN: CENPW-CT, 201 North Third Avenue, Walla Walla, WA 99362-1876

59 -- GENERATOR UNITS 1 THRU 6 EXCITER REPLACEMENT, ICE HARBOR DAM, SNAKE RIVER, WALLA WALLA COUNTY, WASHINGTON SOL DACW68-00-B-0026 DUE 070600 POC To order solicitation package, interested firms may 1) fax requests, complete with company information, shipping address, point of contact, DUNS and CAGE code nos., phone and fax numbers, as well as business size, to Kari Montgomery, fax 509-527-7802, (2) e-mail request with same information to the address below, or (3) register via the Walla Walla District's Web Page at the URL listed below. POC for administration, Kari Montgomery, telephone 509-527-7211. Technical POC, John Boschker, telephone 509-527-7541. WEB: Click here to register for solicitation package., http://www.nww.usace.army.mil/ebs/asp/advertisedsolicitations.asp. E-MAIL: Solicitation No. DACW68-00-B-0026, Karoleen.A.Montgomery@usace.army.mil. The U.S. Army Corps of Engineers, Walla Walla District, has a competitive requirement for all labor, material, equipment and plant to design, manufacture and install six complete digital excitation systems for the Ice Harbor Dam powerhouse main units 1 through 6, located on Snake River, Walla Walla County, Washington. All units were manufactured by General Electric, rotate at 90 rpm and have a power factor of 95. Units 1-3 are rated at 94,737 KVA and units 4-6 are rated at 116,800 KVA. The work includes, but is not limited to, the following items: 1) remove the existing six excitation systems' non-rotating parts; 2) remove existing excitation power, signal, and control cabling and provide new power, signal, and control cabling for the new excitation systems; 3) provide one molded case circuit breaker and the required cabling for exciter field flashing; 4) provide fully-configured graphic user interface (GUI) software for an operator-machine interface (OMI) station in the powerhouse control room. The OMI shall provide for complete data acquisition and control capabilities of the six new exciters. Data transfer between the OMI and the exciters shall be full duplex and shall utilize a single digital highway connecting the exciters and the OMI station; and 5) provide training for Government personnel on the operation and maintenance of the new exciters. Contract completion shall be approximately 500 calendar days after award. Transportation costs f.o.b. destination. Offeror's proposals will be evaluated on criteria indicated in the solicitation. A tentative listing of the main factors that will be evaluated, are listed below in descending order of importance (NOTE: As stated, this is a tentative listing. Factors and their relative order of importance will be specified in the solicitation): 1) quality of design, 2) testing methodology and procedure; 3) past performance, 4) maintainability, 5) quality and timeliness of schedule, 6) price, 7) efficiency, and 8) software provided. PROCUREMENT UNRESTRICTED. Size standard for identification of small business concerns under Standard Industrial Classification Code 3621, is that the average employment, based on the number of persons employed on a full-time-, part-time, temporary, or other basis during each of the pay periods of the preceding 12 months, shall not exceed 1,000 employees. If a large business is selected for this procurement, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the portion of the work it intends to subcontract. The subcontracting GOALS are: a minimum of 61.2 percent of the Contractor's intended subcontract amount be placed with small businesses (SB), including 9.1 percent with small disadvantaged businesses (SDB). A minimum of 5 percent of the intended subcontract amount shall be placed with woman-owned small businesses (WOSB). It has NOT been determined whether bonding will be required. This is not a request for proposals, but notice that our intention is to issue a solicitation for this requirement. All responsible sources may submit an offer, which will be considered by this agency. (NOTE: Issue and response dates are tentative and will be established when solicitation is issued.) Posted 05/12/00 (W-SN454504). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0197 20000516\59-0003.SOL)


59 - Electrical and Electronic Equipment Components Index Page