2MW Compressor Vibration and Temperature Monitoring System

Status Awarded

Contract number 980495

Solicitation number 21-58060

Publication date

Contract award date

Contract value

CAD 218,744.00

    Description

    This contract was awarded to:

    Bently Nevada Canada /

    Advance Contract Award Notice (21-58060)

    2MW Compressor Vibration and Temperature Monitoring System

    Definition of an ACAN

    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a statement of capabilities that meets the requirements set out in the ACAN, the competitive requirements of the government’s contracting policy have been met. Following notification to suppliers not successful in demonstrating that their statement of capabilities meets the requirements set out in the ACAN, the contract may then be awarded using the Treasury Board’s electronic bidding authorities.

    If other potential suppliers submit statements of capabilities during the fifteen calendar day posting period, and meet the requirements set out in the ACAN, the department or agency must proceed to a full tendering process on either the government’s electronic tendering service or through traditional means, in order to award the contract.

    Definition of requirements:

    This procurement aims to upgrade/replace the existing Bently Nevada 3000 series machinery protection system and also the temperature monitoring system of the 2MW compressor at the National Research Council Canada (NRC) Gas Turbines Laboratory (GTL). Existing systems utilize velocity probes with Velocity to Displacement Converters as radial vibration monitoring inputs connected to 6 x vibration monitor modules. Another data acquisition and HMI system acquires and displays the temperature measurement of 30 x RTD sensors.

    Procurement requirements:

    1. Replace/retrofit existing velocity probes with the following new sensor configuration:
      1. Proximity probes mounted in X-Y configuration at or near each of the four compressor bearings;
      2.  Gearbox accelerometers;
      3. Bearing Velocity sensors (Velomitors) for Gearbox and Motors;
      4. Speed/phase sensors for each rotor;
    2. Provide mechanical design, labour and materials to install new sensors as required, including drilling and tapping on compressor bearing caps to allow the installation of required probes;
    3. Supplier to provide hardware, software and services required to replace in kind and with similar rack “foot print” the 3300 monitoring systems with an up to date machinery monitoring system that can accommodate the new transducers required above for the 2MW Compressor. Similar rack size is required to minimize legacy cabinet modifications as the cabinet accommodates other critical instrumentation and control equipment. Temperature data acquisition and monitoring modules to support a maximum of thirty (30) RTD inputs total are required as an integral part of the vibration machinery monitoring system. RTDs are existing and do not need to supplied or installed as part of this procurement;
    4. Proposal should include, extension cables, interconnection cables, housings, mounting kits, relays and any other accessories required to install the proximity and velocity probes, accelerometers, speed/phase sensors and the machinery protection and monitoring hardware;
    5. Procurement excludes electrical subcontractor labor and materials to install the proposed systems;
    6. Electrical designs required for the installation of the machinery protection system must be supplied. The design package will be submitted to the NRC for approval and will be utilized by the NRC to implement the system. Preliminary electrical drawings must be provided shortly after procurement order is issued to allow the NRC to contract electrical subcontractor services;
    7. Procurement should include supply of system maintenance and configuration software required for the machinery protection and monitoring system;
    8. Proposal should include labour required to evaluate best installation points for the vibration probes (proximity, velocity, acceleration and speed sensors);
    9. Monitoring hardware must include any materials and labour required for the installation of a External Display displaying vibration and temperature indication and alarms;
    10. Machinery protection and monitoring hardware must be able to communicate via Modbus with third party PLC/HMI systems;
    11. All required project documentation for mechanical, electrical, modules and rack installation and maintenance must be provided;
    12. Supplier to provide project management, site coordination, mechanical and electrical installation oversight;
    13. All services required to perform transducer installation, probe verification for all sensors, system and I/O loop checks for all sensors (including RTDs), machinery monitoring system configuration and verification, on-site commissioning and start-up support must be included;
    14. Any additional accessories, hardware and services required to accommodate the upgrade/replace of existing Bently Nevada 3000 series machinery protection system, vibration transducers/converters and temperature monitoring systems with the system from a different manufacturer must be included in the proposal.
    Business address
    Baker Hughes Energy Services
    Canada Inc.
    1000-401 9TH Ave SW
    Calgary, AB, T2P 3C5
    Canada
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • J019A - Maintenance, Repair, Modification, Rebuilding & Installation of Equipment related to Ships
    Contact information

    Contracting organization

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    Backes, Tania
    Phone
    613-410-3834
    Address
    1200 Montreal Rd
    Ottawa, ON, K1A 0R6
    CA

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Date modified: