The RFP Database
New business relationships start here

Barkley Power Plant Turbine Generator Rehab NOI


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

NOTICE OF INTENT TO INCLUDE BRAND NAME OR EQUAL SPECIFICATIONS IN A FUTURE CONTRACT FOR THE BARKLEY POWER PLANT TURBINE GENERATOR REHABILITATION PROJECT


Description(s):

ARMY CORPS OF ENGINEERS-NASHVILLE DISTRICT'S NOTICE OF INTENT TO INCLUDE BRAND NAME OR EQUAL SPECIFICATIONS IN A FUTURE CONTRACT FOR THE BARKLEY POWER PLANT TURBINE GENERATOR REHABILITATION PROJECT IN KUTTAWA, KENTUCKY.

The U.S. Army Corps of Engineers Nashville District (USACE LRN) will be soliciting proposals for a Single Award Firm Fixed Price construction contract to replace four (4) turbine generators at Barkley Power Plant located in Kuttawa, Kentucky.

It is industry standard practice, while designing intricate mechanical and electrical systems, to base design around products that meet the needs of the project based on the standard of quality required and the make and model used as basis of design. As all the components of a system must work together and function as a system, the basis of design of each individual component may change based on substitution. The standard of quality must remain the same as the USACE design.


In addition to a functional system, the products used as the basis of design for the subject project also fit within a specific footprint and are compatible with existing equipment systems in the power plant without major modification.

Competition is only limited to the extent necessary to meet the Government's legitimate needs of this project. Contractors are free to use any product which meets the Government's minimum needs. Other manufacturers may be substituted as long as the standard of quality and characteristics of the substituted manufacturer meet or exceed the standard of quality and characteristics of the basis of design. Reference clause Federal Acquisition Regulation (FAR) 52.236-5, Material and Workmanship.

The Materials and Workmanship clause will be included in the anticipated solicitation and resulting contract. This clause states that: "References in the drawings and specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition." The Contractor may, at its option, use any equipment, material, article, or process that, in the judgment of the Contracting Officer, is determined to be equal through formal evaluation comparison against the specified salient characteristics as provided by the written specifications for each piece of equipment, material, article or process.

For the purposes described herein, the USACE LRN intends to issue a competitive solicitation that will include the brand name or equal items listed below:


No.    Manufacturer    Item    Specification Reference
1    Office Star    Models 5560 or 2300 or approved equal    01 50 00; Para 3.5.1.1.c
2    Tractel    Tirfor Griphoists or approved equal    05 50 14; Para 1.4.e
3    Crosby     Turnbuckles or approved equal    05 50 14; Para 2.1.12
4    Crosby     Shackles or approved equal    05 50 14; Para 2.1.13
5    Crosby     Swivel Hooks or approved equal    05 50 14; Para 2.1.14
6    Crosby     Swivel Hoist Rungs or approved equal    05 50 14; Para 2.1.15
7    PPG    Betonel Delux 8574 Bleu or approved equal    09 97 02; Para 3.5
8    Wacker Chemie AG    Vinnol H 15/50 or approved equal    09 97 02; Para 2.3.2.2
9    Wacker Chemie AG    Vinnol H 15/45 M or approved equal    09 97 02; Para 2.3.2.3
10    NIBCO    F-515-CS-F-66-FS or approved equal    22 00 00.00 26; Para 2.5.4.b
11    NIBCO    F-515-S6-F-66-FS or approved equal    22 00 00.00 26; Para 2.5.4.c
12    Maxi-Bolt    Anchors or approved equal    22 00 00.00 26; Para 2.6
13    Baron    Model BA-LV-150 Vacuum Oil Purifier or approved equal    22 00 00.00 26; Para 3.5.2
14    Jerguson     Magnicator II Point Level Switch or approved equal    22 00 00.00 26; Para 3.6
15    BSM Pump Rotary Gear Pump    00-Series for 1000 SSU or approved equal    22 00 00.00 26; Para 3.7.1
16    Oilskimmers Inc.    Model V6 or approved equal    22 00 00.00 26; Para 3.11
17    Farval    CS2000 or approved equal    22 00 00.00 26; Para 3.12
18    ABB    RGW6-ST-1 or approved equal    26 05 00.00.26; Para 2.4.3
19    Dwyer    Proximity Series CLS2 or approved equal    26 05 00.00.26; Para 2.12
20    Fenwal    DETECT-A-FIRE or approved equal    26 05 00.00.26; Para 2.17
21    Yokogawa    Model # AXF040C-E1AL1L-BA11-21B/FF1 or approved equal    26 05 00.00.26; Para 2.2
22    Dwyer    RTD Model # RTD-646 or approved equal    26 05 00.00.26; Para 2.9
23    Absolute Process Instruments    Model # 1420GA-P-HH-U or approved equal    26 05 00.00.26; Para 2.1
24    Weschler Instruments    Model # BG-241TC or approved equal    26 05 00.00.26; Para 2.11
25    IDEC Corporation    Model # PS5R-D24 or approved equal    26 05 00.00.26; Para 2.13
26    Absolute Process Instruments    Model # 1020GA-P-LL-U or approved equal    26 05 00.00.26; Para 2.14
27    Loctite Gasket Eliminator    No. 504 or approved equal    48 13 13.02 26; Para 3.10.5
28    Chesterton    1750 or 1760 PTFE/Graphite or approved equal    48 13 13.01 26; Para 2.4.a
29    Garlock    Style 1965 PTFE/Graphite or approved equal    48 13 13.01 26; Para 2.4.a
30    Garlock    1333-G Graphite Packing or approved equal    48 13 13.01 26; Para 2.4.b
31    Parker Packing Company    Polypak or approved equal    48 13 13.04 26; Para 3.15.3
32    James Walker    LoFilm Shallex or approved equal    48 13 13.04 26; Para 3.15.3
33    NIBCO    Type T-FP-600N or approved equal    48 13 13.04 26; Para 3.26.3
34    Zep    Iron Clad or approved equal    48 13 13.07 26; Para 3.4.6
35    Iris Power Engineering, Inc.    Model PDA-IV or approved equal    48 13 16.00 26; Para 2.10.5


This Notice of Intent is not a request for competitive proposals. All responsible sources may identify their interest and submit clearly articulated product information. Product information provided will be considered solely at the discretion of the Government. Responses must be received by 25 September 2019 to be considered.


The Government will not be responsible for any cost incurred in preparation of your response. Submit response and questions to this notice to, Contract Specialist Kristal Jones: Kristal.R.Jones@usace.army.mil.


The posting of this Notice satisfies the provisions set forth at FAR Subpart 5.2., Synopses of Proposed Contract Action.


 


Kristal Jones, Contract Specialist, Phone 615-736-7916, Email Kristal.R.Jones@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP