The RFP Database
New business relationships start here

John Day Main Unit 6 Generator Repair


Oregon, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1. General: This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for the John Day Main Unit 6 Generator Repair. NO SOLICITATION IS CURRENTLY AVAILABLE. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities, www.fbo.gov, at a later date.

The purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of various members of the industry, to include the Small Business Community: Small Business, Small Disadvantaged Business to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Veteran Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small business (SDVOSB), Woman Owned Small Business (WOSB), to include Economically Disadvantaged Women-Owned Small Business (EDWOSB) are highly encouraged to respond.


Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil.


2. Contract Information: The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for the John Day Main Unit 6 Generator Repair. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to support and make, if appropriate, a small business set-aside acquisition strategy decision.


3. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through references, project lists, or reports, they possess experience completing projects which required inspecting, removing, installing and testing stator bars of a hydroelectric turbine; cleaning, inspecting and testing rotor of a hydroelectric turbine; inspecting the thrust bearing, thrust runner, thrust collar and guide bearings of a hydroelectric turbine; refurbishing thrust bearing, thrust runner, thrust collar, upper and lower generator guide bearing(s) and turbine guide bearing of a hydroelectric turbine; inspecting and cleaning the stator core; and preparing inspection reports for a hydroelectric turbine.


Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors.


North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction
The size standard: $36,500,000
Federal Service Code: Z2KA - Repair or Alterations of Dams


4. Project Description: The U.S. Army Corps of Engineers, Portland District's John Day Lock and Dam, located in Sherman County Oregon and Klickitat County, Washington requires the generator on Main Unit 6 to be repaired. Main Unit 6 was in the process of being placed on-line and suffered a three phase stator winding fault in July 2015. This caused the generator protective relays to trip. The generator repairs consist of inspecting the entire stator winding, including damaged areas; evaluating the condition of the winding; providing a comprehensive evaluation report; providing repair plans; removing and disposing of all damaged bars and their connections; cleaning the entire stator winding; testing the Government-furnished stator bars; supplying winding connections, non-deteriorating and deteriorating winding supplies; replacing the damaged stator bars with Government-furnished stator bars; replacing damaged bar connections with Contractor-furnished new connections; replacing the stator Resistance Temperature Detectors (RTD) with Government-furnished RTDs as required and testing the stator winding; cleaning and inspecting the stator core; cleaning, inspecting, and testing the rotor; furnishing and installing a complete partial discharge analyzer system; inspecting the thrust bearing, thrust runner, thrust collar and guide bearings, and providing a comprehensive inspection report and recommendation; refurbishing thrust bearing, thrust runner, thrust collar, upper and lower generator guide bearing(s), and turbine guide bearing; and refurbishing the replaced bearing if a spare bearing is used.


The estimated Magnitude of Construction for this project is between $500,000 and $1,000,000.


5. Submission Instructions: Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N-17-R-0047 John Day Main Unit 6 Generator Repair. Please send to Ryan S. Shoemaker, Contract Specialist, at Ryan.S.Shoemaker2@usace.army.mil in either Microsoft Word or Adobe Portable Document Format by 4:00 pm Pacific Standard Time Tuesday, May 2, 2017. An acknowledgement will be sent to verify receipt.


A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information:


a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract.


b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Woman Owned (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).


c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description and the elements found in Paragraph 3.


d. Provide a minimum of one project similar in size, scope and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS.


6. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.


All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.


Ryan S. Shoemaker, Phone 5038084628, Email ryan.s.shoemaker2@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP