Oregon Bids > Bid Detail

BONNEVILLE DAM DIGITAL GOVERNOR (Services)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • K - Modification of Equipment
Opps ID: NBD00159932594743139
Posted Date: Apr 27, 2023
Due Date: May 12, 2023
Solicitation No: W9127N23R0024-SERVICES
Source: https://sam.gov/opp/b735be069a...
Follow
BONNEVILLE DAM DIGITAL GOVERNOR (Services)
Active
Contract Opportunity
Notice ID
W9127N23R0024-SERVICES
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT PORTLAND
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 27, 2023 08:56 am PDT
  • Original Response Date: May 12, 2023 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: K059 - MODIFICATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • Place of Performance:
    Cascade Locks , OR
    USA
Description

BONNEVILLE DAM DIGITAL GOVERNOR (Services)



Notice of Intent to Sole Source



Solicitation Number: W9127N23R0024



Agency: Department of the Army



Office: U.S. Army Corps of Engineers



Location: USACE District, Portland



Product or Service Code: K059-Modification of Equipment – Electrical and Electronic Equipment Components



NAICS Code: 334513 – Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables



Size Standard: 750 employees



Notice Type: Special Notice



Synopsis:



This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) 5.2 “Synopses of Proposed Contract Actions.” The U.S. Army Corps of Engineers (USACE), Portland District (NWP) intends to negotiate/award a sole-source contract with Emerson Process Management Power & Water Solutions, Inc. for American Governor services required to upgrade ten main unit governors at Powerhouse 1, Bonneville Dam (Project) in Cascade Locks, Oregon. The new equipment is consistent with recent and similar upgrades to the existing main unit governors at the project that were provided by American Governor Company (AGC), which was acquired by Emerson Process Management Power & Water Solutions, Inc. Pursuant to 10 U.S.C. § 2304(a)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1 and the Defense Federal Acquisition Regulation (DFARS) 206.302-1, only one responsible source and no other vendor will satisfy agency requirements.



The proposed contract is for services to upgrade existing digital governors in powerhouse 1 consistent with recent and similar upgrades to the existing powerhouse 2 governors at the Project. The contract will include the customization of the programming on proprietary software, on-site testing and commissioning support, and training services in the use, maintenance, and troubleshooting of the governors once customization and commissioning are complete.



Physical installation of the new equipment will be done by Project staff.




  1. Background: The Government currently owns 145 AGC Digital PLC Governors throughout the Pacific Northwest Region, including the 10 main unit governors at Bonneville Powerhouse 2. The AGC Digital PLC Governors were part of a broad regional effort to upgrade the existing governors due to age and the decreasing availability of spare parts and technical expertise. In 2008 a contract was awarded to retrofit all the plants in the Portland, Walla Walla, and Seattle Districts with new AGC Digital PLC Governors. In 2015, a similar contract was awarded to retrofit all of Omaha District. Although the contract retrofitted all Bonneville Powerhouse 2 governors, Bonneville Powerhouse 1 governors were not included in the regional supply contract as they were not nearing end of life at that time. Bonneville Hydroelectric Dam consists of two powerhouses (PH), with a shared pool of dam operators, electricians, and technicians. PH 1 and PH 2 are both controlled from PH 1 Control Room, with PH 2 governors additionally controlled from PH 2 Control Room. At the moment, the powerhouses do not share controls due to the differences in technology, but integration is planned in the future. This contract is for services that includes the customization of the programming on the proprietary software, on-site testing and commissioning support, and training for the new equipment at , powerhouse 1. System integration is a field which focuses on the creation of compatibility between electro-mechanical equipment and digital control equipment. Electro-mechanical equipment has historically been controlled through fully physical mechanisms. A prime example of electro-mechanical equipment is electricity creation at hydroelectric dams using physical governors and exciters. Digital systems are digital software-based controllers, such as a PLC, which use software to replace much of the physical control elements of the electro-mechanical equipment. When a digital controller is put into an electro-mechanical system, such as that used for electricity creation at a hydroelectric dam, compatibility between the remaining physical equipment, the new or replacement digital equipment, and software is created. After creation, the software is customized, tested in a controlled environment, and then tested on-site with final commissioning occurring directly on live equipment. All elements of the system must be fully understood and compatible with one another in order to reduce inadvertent operations, reduce excessive safety risks, and reduce the risk to life and property.




  • Justification: Purchase of services to customize proprietary Emerson software for governor control, services to test and commission the customized changes, and training on the software reduces risk and avoids duplication of costs to the Government that would not be recovered in competition. These costs include but not limited to costs associated with maintenance, training, additional personnel to maintain two separate systems, and technology support. Pursuing a different company to provide services related to customization of proprietary governor software, testing and commissioning, or training is not practical given that no other company has access to the proprietary software necessary and cannot provide the customization, testing, commissioning, and training. Given that hydroelectric dams are part of the nation’s critical infrastructure sector with heightened awareness and responsibility for national security, it is critical to obtain supplies that are known to be tested and compatible with the existing systems. Purchase of the same equipment, software, and services helps maintain security and resilience of the system that is already in place. As proprietary software is needed to reduce risk and cost, the only company which is able to provide software related services is the owner of the proprietary software, Emerson Process Management Power & Water Solutions, Inc.



The Government intends to advertise a solicitation for this project on or around June 2023. This is not a solicitation for competitive proposals, quotes, or bids; however, if any interested party believes that they can meet the above requirement, they may submit a capability statement to the point of contact listed in this Special Notice. All information furnished must be in writing and must contain sufficient detail to allow USACE to be able to determine if the interested party can perform the requirement described herein.



A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement for this requirement.



**NO PHONE INQUIRIES, PLEASE.



CAPABILITY STATEMENT SUBMISSION REQUIREMENTS




  1. Point of Contact name, email address and phone number, CAGE code and DUNS number (if available);

  2. In the event that the organization is a small business, please state the category of small business, such as 8(a), HUBZone, SDVOSB/VOSB, Women-Owned Small Business.

  3. The Government will evaluate the capabilities of an interested party based on their ability to manufacture and supply items equal to those listed above, and the proven reliability of those equal parts through evidence of their installation on other projects similar to Bonneville Dam.



A SOLICITATION WILL NOT BE POSTED.



THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. All responsible sources may submit a capability statement to the contracting officer before the notice end date. If no affirmative written responses are received by 2:00 PM Pacific Time on Friday, 12 May 2023, the Contracting Officer will proceed with the sole source action. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. Please limit responses to allow the Government to determine interested parties, socioeconomic status availability, and capabilities. The Government intends to use responses to make an appropriate acquisition decision for this project.



Electronic responses and questions shall be submitted via email to all POCs listed, below. The U.S. Army Corps of Engineers is not responsible for any costs incurred by responding to this notice.



Contracting Office Address:



US Army Corps of Engineers, Portland District



ATTN: CECT-NWP-C



333 SW 1st Avenue



Portland, OR 97204



Send responses, labeled as “W9127N23R0024 – Bonneville Dam Digital Governors (Services),” to the following:



Kristel.M.Flores@usace.army.mil



Janie.L.Roney@usace.army.mil




Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 27, 2023 08:56 am PDTSpecial Notice (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 >