Search Contract Opportunities

Barkley Power Plant Turbine Generator Rehab NOI   5

ID: W912P519B0003 • Type: Special Notice
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 10, 2019, 8:40 a.m. EDT

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.

Posted: Feb. 13, 2019, 12:39 p.m. EST
Background
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. The project aims to replace the turbine generators and ensure that the products used as the basis of design fit within a specific footprint and are compatible with existing equipment systems in the power plant without major modification.

Work Details
The scope of work includes refurbishing units at Barkley to restore reliability, full turbine and generator rehabilitation on Unit 2, 3, and 4, turbine only on Unit 1, small uprate to increase maximum output, converting grease filled to oil filled hubs, adding vibration monitoring, and installing new Kaplan turbine runners.
The project also involves replacing various turbine parts such as the Turbine Runner, blades, hub, discharge ring insert, static oil head design and pipes, and implementing a Vibration Monitoring System.

Place of Performance
The construction projects will be performed at Barkley Power Plant located in Kuttawa, Kentucky.

Overview

Response Deadline
Sept. 25, 2019, 6:00 p.m. EDT (original: March 1, 2019, 5:00 a.m. EST) Past Due
Posted
Feb. 13, 2019, 12:39 p.m. EST (updated: Sept. 10, 2019, 8:40 a.m. EDT)
Set Aside
None
Place of Performance
KUTTAWA, KY USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
On 2/13/19 USACE Nashville District issued Special Notice W912P519B0003 for Barkley Power Plant Turbine Generator Rehab NOI due 9/25/19.
Primary Contact
Title
Contract Specialist
Name
Kristal Jones   Profile
Phone
(615) 736-7916

Documents

Posted documents for Special Notice W912P519B0003

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Special Notice W912P519B0003

Award Notifications

Agency published notification of awards for Special Notice W912P519B0003

Contract Awards

Prime contracts awarded through Special Notice W912P519B0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice W912P519B0003

Similar Active Opportunities

Open contract opportunities similar to Special Notice W912P519B0003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT NASHVILLE
FPDS Organization Code
2100-W912P5
Source Organization Code
100221376
Last Updated
Sept. 10, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 10, 2019