COMMERCE BUSINESS DAILY ISSUE OF MAY 8, 2001 PSA #2846
SOLICITATIONS
J -- GREENS SPRINGS MAIN EXCITER/COMMUTATOR SERVICE AND REBUILD
- Notice Date
- May 4, 2001
- Contracting Office
- Bureau of Reclamation, Contracts Group, 1150 N. Curtis Road, Suite 100, Boise, Idaho 83706-1234
- ZIP Code
- 83706-1234
- Solicitation Number
- 01SQ100560
- Response Due
- May 18, 2001
- Point of Contact
- Robert Milette, 208-378-5110, 208-378-5108 (fax), rmilette@pn.usbr.gov (email)
- E-Mail Address
- Click here to contact the contracting officer via (rmilette@pn.usbr.gov)
- Description
- DESC: This is combined synopsis/solicitation for commercial items prepared in accordance with the format at Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented in accordance with the format included in this notice. This announcement constitutes the solicitation, reference Request for Quotation (RFQ) number 01SQ100560. Quotes are being requested and a written solicitation will not be issued. Quotes are due May 18, 2001, Noon, MST. The RFQ incorporates revisions and clauses in effect through Federal Acquisition Circular 97-25. This acquisition is set aside for small business. The North American Industry Classification System (NAICS) code for manufacturing is 335312 and the small business size standard is 1,000 employees. The Pacific Northwest Region, United States Bureau of Reclamation, has a two phase requirement involving the main exciter and commutator from the Green Springs Power Plant, 1500 Buckhorn Springs Road, Ashland Oregon 97520. Phase I will include a) picking up of the main exciter at the Green Springs Power Plant (Reclamation will crate the exciter for shipment) and transporting to the vendor's plant; b) inspecting and testing the existing main exciter (armature and field) and commutator to determine the cause of apparent armature winding short circuits; c) cleaning the commutator, main exciter armature and field; d) adding epoxy enamel to main exciter field windings; e) procuring material, except steel components, to rebuild commutator -- this material will be used during Phase II or warehoused by Reclamation for use at a later date; f) returning main exciter to Green Springs Power Plant. Phase II will include g) at a date determined by Reclamation (no later than end of calendar year), picking up the main exciter at Green Springs Power Plant (Reclamation will crate the exciter for shipment) and transporting to the vendor's plant; h) procuring material for a main exciter armature rewind; i) rebuilding the commutator (using the materials obtained during Phase I) and rewinding the main exciter armature; j) testing of the rebuilt commutator and rewound main exciter armature; k) returning main exciter to Green Springs Power Plant. Recent inspections and tests indicate the possibility of several short-circuited turns in the main exciter armature winding. The amount of sparking at the commutator brushes continues to increase. Although recent on-site servicing of the unit appears to have stabilized the situation, the possibility of sudden failure remains. At this time, Reclamation plans to retain the unit in operation until the end of the irrigation season, typically October 15 but possibly as early as mid-September 2001. In the event of sudden failure earlier in the irrigation season, Reclamation will remove the main exciter and package it for shipping. The Vendor then will be required to pick up the main exciter at the Power Plant, transport the unit to the Vendor's plant for servicing per Phase I, and return the unit to the Power Plant. Reclamation will reinstall the main exciter in order to operate the Power Plant for the remainder of the season. If it is necessary to remove the main exciter for Phase I servicing before the end of the irrigation season, it is of the utmost importance to keep turnaround time to a minimum. After the close of the irrigation season, Reclamation will remove and package the main exciter for pickup by the Vendor for Phase I (if not accomplished earlier) and Phase II servicing (optional at Reclamation's discretion). Type and Rating -- The Power Plant is of the single-unit, outdoor, conventional type. The generator is a vertical-shaft, synchronous machine manufactured by Oerlikon, Zurich, Switzerland, serial number 931032, type SGV 450-240.12. The direct-connected main exciter is mounted on the main generator shaft, the pilot exciter is mounted on a shaft extension on top of the main shaft. Name plate ratings are: Generator rating (kVA) -- 18,400; Voltage (Volts, AC) -- 4,600; Power factor -- 95%; Speed (rpm) -- 600; Runaway (rpm) -- 1,200; Rotation (viewed from above) -- CCW; Main Exciter rating (kW) -- 75.5; Voltage (Volts DC) -- 125; Armature current (rated Amps) -- 605; Field current (rated Amps) -- 6.5; Number of poles -- 8; Maximum armature and field winding temperature rise ( C) -- 40; Maximum commutator temperature rise ( C) -- 55; Maximum core and mechanical parts temperature rise ( C) -- 45. Operating History: The generator has been in service since 1960 (the generator armature was rewound in 1993 and the rotor poles were re-insulated in 1998). The exciter was maintained regularly, but the most recent inspections and tests indicated several short-circuited turns in the main exciter armature winding or the commutator. The laminated armature core does not appear to be damaged. Work and Materials furnished by Reclamation: Reclamation will disconnect the main exciter from the generator shaft, remove the exciter fan, and crate the main exciter for shipment. Reclamation will reinstall and field test the exciter upon return to Green Springs Power Plant. Work and Materials furnished by the Vendor: The Vendor shall be responsible for shipping of the commutator and main exciter from and to Green Springs Power Plant, plus packaging for shipment back to Green Springs Power Plant. The Vendor shall recommend what (if any) measurements of the stub shaft and main exciter armature sleeve should be made by the Government before disassembly by the Government. INSPECTION AND DIAGNOSTIC of complete main exciter (includes pre-conditioning testing) -- The main exciter field windings, armature windings, commutator, and iron cores shall be inspected for heat discoloration, carbon tracking, cracking of insulation surfaces, integrity of connections between the field windings, condition of the wire terminations on the commutator, and abnormal commutator wear. The field poles and windings shall be inspected for looseness in the assembly, and the insulation resistance of the field and armature windings to ground shall be determined and reported. A pole-drop test shall be performed on the main exciter field and reported. Other testing not specified herein may be performed by the Vendor with prior Government approval. CLEANING OF MAIN EXCITER ARMATURE AND COMMUTATOR (includes post-conditioning testing) -- The main exciter armature and commutator shall be cleaned by steam cleaning and any moisture shall be dried out. The post-conditioning insulation resistance shall be performed and test results shall be reported to demonstrate the effect of the cleaning in comparison with the pre-conditioning test results. The armature windings shall undergo a surge comparison test. If testing is successful, as determined by the Government, on the armature windings, the Vendor shall "dip" the armature windings. The Vendor shall paint as required. Other testing not specified herein may be performed by the Vendor with prior Government approval. If testing is not successful, including the surge comparison test, the Government shall determine whether to rewind the armature and rebuild the commutator immediately or delay such work until a future date determined by the Government. MAIN EXCITER FIELD -- The field pole assembly to the main exciter frame shall be tightened, if required, and any loose windings shall be shimmed to the pole bodies with insulating materials. The connections between the field windings shall be repaired if required. The field windings shall be cleaned by steam cleaning and any moisture shall be dried out. The field windings shall be tested for shorted windings and correct polarity, and the insulation surfaces shall be re-coated with insulating epoxy enamel. The reconditioned field windings shall have a minimum insulation resistance of 10 Meg-Ohms to ground. A pole-drop test shall be performed and reported. Other testing not specified herein may be performed by the Vendor with prior Government approval. MAIN EXCITER ARMATURE REWIND AND COMMUTATOR REBUILD -- If Reclamation elects to proceed with Phase II, the existing main exciter armature windings shall be stripped at the Vendor's plant in preparation for the rewind. The existing winding insulation is not anticipated to contain asbestos. The new windings shall be asbestos-free, have new copper conductors of the same cross section, and have the same number of turns as the existing windings. The insulation rating shall be similar to or better than the existing insulation (Class B). The winding terminations shall be made at the commutator segments, which shall be machined to produce a smooth surface. The insulation between the commutator segments shall be undercut to a depth which will prevent contact between the insulation and the brushes as well as excessive bridging between the commutator segments with carbon dust for the duration of the normal one-year maintenance period. The steel components of the existing commutator shall be re-used to rebuild the commutator. All other commutator components shall be new. The Vendor shall not distort or otherwise damage the main exciter armature mounting sleeve during the rewind work, and shall make measurements prior to any pre-conditioning work and after reassembly to demonstrate that no damage has occurred. The Vendor shall install slot closing sticks consisting of GPO-1, -2, or -3 materials as listed in NEMA LI1 (1989), paint as required, and dynamically balance the main exciter armature. The completely reassembled exciter shall be free of vibrations due to excessive imbalance at any speed up to and including runaway. FINAL TESTING of main exciter armature rewind and rebuilt commutator. -- Factory testing of the main exciter armature shall be made in accordance with ANSI C50.10 (1990), C50.12 (1989), and IEEE 115 (1995), and shall include resistance, temperature, and dielectric tests. The armature windings shall undergo and successfully pass (as determined by the Government) a surge comparison test. Other testing not specified herein may be performed by the Vendor with prior Government approval. Copies of all test data and drawings (including winding diagrams) shall be provided to the Government. WARRANTY -- A one year warranty on the rewound exciter armature and new commutator is required. CLIN 0001 Inspection and diagnostic testing of complete main exciter and commutator, 1 job; CLIN 0002 Clean and service commutator and main exciter armature and field to include post service testing, 1 job; CLIN 0003 Add additional epoxy enamel to main exciter field winding windings (if Phase I occurs separately from Phase II or if only Phase I is conducted), 1 job; CLIN 0004 Commutator material, except steel components, for rebuild, 1 job; CLIN 0005 Material for main exciter rewind, 1 job; CLIN 0006 Rebuild commutator and test, 1 job; CLIN 0007 Rewind main exciter and test, 1 job; CLIN 0008 Additional testing upon approval by Reclamation, 1 job; CLIN 0009 Transportation of main exciter/commutator, 2 round trips. CLIN's 0005, 0006, and 0007 are optional at Reclamation's discretion. Only one round-trip of main exciter/commutator per CLIN 0009 may be necessary. With your quote include complete mailing address, street address if different from mailing address, phone number, fax number, and email address. The following FAR provisions and contract clauses are incorporated by reference: 52-211.18 Variation is Estimated Quantity (April 1984); 52.212-1 Instructions to Offerors Commercial Items (Oct 2000); 52.212-2 Evaluation Commercial Items (Jan 1999); 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2001) NOTE FAR Clause 52.212-3 must be completed and returned with your quote. This clause is available on the Internet at the FAR website at http://www.arnet.gov/far/ or by fax (request from Robert Milette, telephone 208-378-5110, fax to 208-378-5108, or email to rmilette@pn.usbr.gov); 52.212-4 Contract Terms and Conditions Commercial Items (May 1999); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb 2001). In accordance with FAR Provision 52.212-2 award will be based on the best value to the Government. We will evaluate quotes based on the following: (1) Phase I delivery; (2) Price; (3) Warranty. FAR clause 52.212-5 paragraph (b) is tailored to incorporate the following clauses: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1 Buy American Act Balance of Payments Program Supplies; and 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration. Quotes are to be submitted to Robert Milette by fax at 208 378-5108 with original to follow by mail to Pacific Northwest Region, Bureau of Reclamation, 1150 N Curtis Rd, Ste 100, Boise, ID 83706-1234. See Numbered Note 1
- Record
- Loren Data Corp. 20010508/JSOL008.HTM (W-124 SN50L2U4)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on May 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|