Oklahoma Bids > Bid Detail

Broken Bow Powerhouse Excitation System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159857209672952
Posted Date: Oct 7, 2022
Due Date: Oct 17, 2022
Solicitation No: W912BV23RSB01
Source: https://sam.gov/opp/ff43ae6273...
Follow
Broken Bow Powerhouse Excitation System
Active
Contract Opportunity
Notice ID
W912BV23RSB01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
US ARMY ENGINEER DISTRICT TULSA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 07, 2022 09:10 am EDT
  • Original Response Date: Oct 17, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1NZ - CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Broken Bow , OK
    USA
Description

SOURCES SOUGHT



BROKEN BOW POWERHOUSE EXCITATION SYSTEM



BROKEN BOW, OKLAHOMA



This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request.



The U.S. Army Corps of Engineers – Tulsa has been tasked to solicit to supply two new static type exciters, associated components, and wiring for the two main hydrogenator units at Broken Bow Powerhouse for the U.S. Army Corps of Engineers (USACE) within the Southwestern Division (SWD). The Contractor will furnish two exciters (not to include power potential transformers) in accordance with Plans and Specifications and the Government will install the Contractor furnished systems. Once installed, the Contractor will commission the Contractor-furnished, Government-installed systems and provide model validation testing.



Broken Bow Dam is in southeastern Oklahoma on the Mountain Fork River in McCurtain County. There are two hydroelectric units at Broken Bow. The generators were manufactured and installed by Allis-Chalmers in 1970. They are rated at 52,632 kVA, 2205A, 0.95 PF, 13,800V, and 128.6 RPM, with a 115% continuous overload capacity (60,527 kVA). The stator windings in both units were rewound to the same rating (52,632 kVA with 115% overload capacity) in 1984 by Thomson Electric LTD.



The two main units at Broken Bow have existing excitation systems for these main units that have reached the end of their design life, causing issues including failure to meet NERC requirements and lack of support and spare parts. Due to the age of these exciters (approaching 30 years) and the challenges listed above, Tulsa District will proceed with replacing the exciter systems using Contractor Furnished equipment. The Government (Powerhouse staff) will install the new exciter systems. Once installed, the Contractor will Commission the new exciter systems and perform model validation testing.



The new exciters will be Government installed in the same location as the existing and connected in a close-coupled configuration with the existing PPTs, which will be retained. The size of new exciter cubicles will be required to be made to closely match the space occupied by the existing exciters. The Contractor will supply new excitation cubicles, including new redundant controllers, redundant rectifier bridges with redundant fans, redundant power supplies, rectifier supply breaker, and other associated excitation system control equipment. Further, the Contractor will supply the bulk cable required for installation of new exciters, to include control cable and cable from the exciter to the collector rings. The Contractor will perform commissioning and model validation testing. The Contractor will also provide Structural Seismic anchoring analysis and design and supply seismic anchors for the new exciter cabinet foundations.



The existing exciters were manufactured by Siemens and installed in 1995. The maximum continuous current rating is 929 Adc, the positive ceiling voltage is 375 Vdc, and the ceiling current rating is 1450 Adc for 30 seconds. The existing power potential transformers (PPTs) for both units were furnished by PEMCO and are rated for 460 kVA, with a ratio of 13,800/320. The existing generator, exciter, and PPT nameplates are shown below.



The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate.



In accordance with FAR 36.204, the estimated magnitude of construction for this project is between $1,000,000 and $4,000,000.



The North American Industry Classification System code for this procurement is 237990 - Other Heavy and Civil Engineering Construction, which has a small business size standard of $39.5M.



Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting that a firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded.



Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA.



Prior government contract work is not required for submitting a response under this sources sought synopsis.



Anticipated solicitation issuance date is on or about Nov 2022 and the estimated proposal due date will be on or about Dec. 2022. The official synopsis citing the solicitation number will be issued on https://SAM.gov, and we invite firms to register electronically to receive a copy of the solicitation when it is issued.



Interested firms’ responses to this synopsis shall be limited to 5 pages and shall include the following information:



1. Firm’s name, address, point of contact, phone number, e-mail address and business CAGE Code.



2. Firm’s interest in bidding on the solicitation when it is issued.



3. Firm’s capability to perform a contract of this magnitude and complexity. Include firm’s capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples.



4. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.



6. Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable



7. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.



Interested firms shall respond to this sources sought synopsis no later than 2:00PM CST, 17 September 2022. All interested firms must be registered in SAM to be eligible for award of government contracts. Mail, fax or email your response to Shawn Brady, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: shawn.brady@usace.army.mil. E-MAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 2488 E 81ST STREET
  • TULSA , OK 74137-4290
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 07, 2022 09:10 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >