Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

39 -- Five foot bridge crane

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Corpus Christi Army Depot, ATTN: SIOCC-RS-AQ, 308 Crecy Street, Corpus Christi, TX 78419-6170
 
ZIP Code
78419-6170
 
Solicitation Number
W912NW05T0087
 
Response Due
5/26/2005
 
Archive Date
7/25/2005
 
Small Business Set-Aside
N/A
 
Description
The Corpus Christi Army Depot has a requirement to upgrade a three-ton crane to a five-ton. FOB destination Corpus Christi Army Depot, TX. Some of the requirements are listed below. You can email cevans@ccad.army.mil for a complete copy of the RFQ . A site visit will be scheduled approximately 14 days from the date of issue of the RFQ. 3. Inspection of Hangars Four types of trusses were identified as shown in Figures 2.1 and 2.2. Every member was labeled for each type and can be located by defining the hangar number, truss type number, truss location on plan drawing, section of the truss, and a unique label. The most severe problems in the hangars were in the door pockets. Three typical problems were identified in the door pockets: (1) the base beam of some columns were severely corroded, (2) the flange and webs of some columns at the top of concrete walls were also severely corroded, and (3) diagonal braces were either bent or loose. Recommendations for repair to return damaged members to their original condition, when necessary will be provided in Chapter 7 following the completion of the structural analysis i n Chapter 5. Deficiencies Reported During Inspection of Hangar 43 The following notes are reported from observations during inspection. These notes are associated with strength reduction and in many cases repair is required. For location of members on plan view of the hangars see Figure 2.3. For member locations on the e levation views see Figures 2.4 and 2.5. Notes 1 through 3 are for buckled members. 1. T1-J 7/V (Double angle 6 x 3? x 5/16 x 180 in.) " Bent vertical member, one angle of the double angle section 2. T2-N 7/V (Double angle 6 x 3? x 5/16 x 180 in.) " Bent vertical member. 3. T2-A S21 (Double angle 3? x 2? x 5/16 x 360.5 in.) " Bent double angle diagonal bracing members. Notes 4 through 8 are for corroded members with reduced strength. Corrosion was classified as minor or major depending on the extent of corrosion observed in the member. More frequent painting is recommended to protect structural members from further corrosions. Minor corrosion is estimated to reduce the strength of the member by 5 percent whereas major corrosion is estimated to result in 10 percent reduction in strength of members. Note 9 pertains to estimated strength reduction due to attachments loads by both welds and bolts connection to the columns. The members were not damaged, but a 5 percent strength reduction was considered. 4. All steel members in the hangars open area " Minor corrosion " 5 percent strength reduction. 5. Column N-S ? (8-H-31, length: 426 in.) " Major corrosion at the columns base " 10 percent strength reduction. 6. Column P-S ? (12-1-25, length: 426 in.) " Major corrosion at the columns base " 10 percent strength reduction. 7. Column A-5 (8-H-31, length: 426 in.) " Minor corrosion at the columns base " 5 percent strength reduction. 8. Column AA-4 ? (12-I-25, length: 426 in.) " Minor corrosion of the column at the height of the concrete wall, approximately 5 ft above the floor " 5 percent strength reduction. 9. There are many attachments by both welds and bolts connection to the columns of lines 2 and 4. " Members do not look damaged " A 5 percent strength reduction was considered. Repair of Deficient Members Observed During Inspection This chapter outlines immediate action needed based on observations during inspection, to return damaged members to their original condition. Proposed repair for all deficient members is presented here with illustrative drawings. General notes for proposed repair techniques are shown in General Retrofit Notes. Repair in Hangar 43 Notes 1 through 3 are for the buckled members presented in Chapter 2. For Note 1, repair as shown in Figure D-2. For Notes 2 and 3, it is recommended to replace the damaged existing members with identical or slightly stronger members. The new members shall have the same connection details as the existing members with the same sizes and configurations of bolts and welds (if they exist). 1. T1-J 7/V (Double angle 6 x 3? x 5/16 x 180 in.) " Bent vertical member, one angle of the double angle section " Repair as shown in Figure D-2 " Capacity-demand ratio is less than 0.5. 2. T2-N 7/V (Double angle 6 x 3? x 5/16 x 180 in.) " Bent vertical member " Capacity-demand ratio is less than 0.5. 3. T2-A S21 (Double angle 3? x 2? x 5/16 x 360.5 in.) " Bent double angle diagonal bracing members " Capacity-demand ratio is 0.709. Notes 4 through 8 are for corroded members with reduced strength. Corrosion was classified as minor or major depending on the extent of corrosion observed in the member. More frequent painting is recommended to protect structural members from further corrosion. Minor corrosion is estimated to reduce the strength of the m ember by 5 percent whereas major corrosion is estimated to result in a 10 percent reduction in strength of the members. Note 9 pertains to strength reduction due to load attachments by both welded and bolted connections to the columns. The members reported in Note 9 were not damaged, but a 5 percent strength reduction was considered. 4. All steel members in the hangars open area " Minor corrosion " 5 percent strength reduction " since capacity-demand ratio is less than 0.5, paint only as recommended in General Retrofit Notes. 5. Column N-S ? (8-H-Si, length: 426 in.) " Major corrosion at the columns base " 10 percent strength reduction " analysis revealed that this column has a significant margin of safety; thus, paint only as recommended in General Retrofit Notes. 6. Column P-S ? (124-25, length: 426 in.) " Major corrosion at the columns base " 10 percent strength reduction " analysis revealed that this column has a significant margin of safety; thus, paint only as recommended in General Retrofit Notes. 7. Column A-S ? (8-H-31, length: 426 in.) " Minor corrosion at the columns base " 5 percent strength reduction " Since capacity-demand ratio is less than 0.5 as a result of the analysis, paint only as recommended in General Retrofit Notes. 8. Column AA-4 ? (12-1-25, length: 426 in.) " Minor corrosion of the column at the height of the concrete wall, approximately 5 ft above the floor " 5 percent strength reduction " Analysis revealed that this column has a significant margin of safety; thus, paint only as recommended in General Retrofit Notes. 9. There are many attachments by both welds and bolted connections to the columns of lines 2 and 4. The members do not look damaged, but a 5 percent strength reduction was considered. Since capacity-demand ratio is 0.364, no action is recommended for this note. General Retrofit Notes: 1. The contractor shall provide adequate bracing as required for the stability of the structure during all phases of retrofit/construction. 2: All dimensions, sizes, shapes, and conditions shall be verified before fabrication of new members to ensure proper fit. 3. All workmanship end material shall conform to the latest edition of the AISC specification for the design of the structural components. 4. All structural steel shall be in conformance with ASTM A-36. 5. All welding shall be done by the shielded arc process using approved electrodes per A.W.S. specification E7Oxx. All welding shall meet the requirements of the latest Structural Welding Code D-ll. 6. High strength bolts shall conform to the ASTM-A325. The nuts shall be heavy Hex., Grade C, conforming to ASTM-A563. Comparable riveted bolts may be used instead. 7. Paint all sand blasted surfaces after corrosion removal to bare metal. If corrosion is detected between steel member under consideration and surrounding concrete, remove concrete to expose corroded section. Apply one coat zinc chromate primer conforming to Federal Specification TT-P -645 to a dry film thickness of 1.3 mil. Apply two coats of Silicone Alkyd paint conformed to TT-E-l593, minimum dry film thickness of 1.1 mil. per coat. 8. Paint all new steel members used in repair by applying coats of zinc chromate primer and Silicon Alkyd paint as described in Note 7. 9. Note for Drawing 04: Remove concrete, sand blast all corroded surfaces, repair flanges and webs with splits by applying steel plate across the corroded flanges and webs, paint as recommended in Note 7 above, and cast concrete. l0. Note for Drawing 05: This repair was used previously in building 8 Hangar. Drawing NAVFAC 5078784 in 1982. Same repair techniques are recommended. More details may be found in Drawing NAVFAC 5078784. Brace the column, remove concrete around column at f loor level, and resurface floor with epoxy to seat support steel plate and angles flat against column. Remove concrete (if it exists) around column flanges and webs to expose corroded metal end bolts. Remove corroded sections and sand blest the lightly cor roded surfaces. Replace high strength foundation grout. Install a new base plate and anchoring rods. Replace new section of the column end weld it to the existing column and to the new base plate. Install supporting plates. Paint as recommended in Note 7 a bove. Cast concrete. 4. GENERAL DESCRIPTION OF EQUIPMENT SPECIFIED: Single girder under running electrically operated bridge crane, complete with end trucks, bridge girder, bridge control panel, motors, infinitely variable speed, wiring, electrification, bridge collectors, and 8-button push button station. Quality Assurance: All equipment furnished shall conform to the applicable requirements of the following: a. ANSI - American National Standards Institute b. ASME/ANSI B30.2  1990 Overhead and Gantry Cranes c. NEMA - National Electrical Manufacturers Association d. NEC - National Electrical Code e. HMI-Hoist Manufacturer Institute f. All structural steel members of the bridge crane system shall be designed in accordance with the specifications of the American Institute of Steel Construction, current edition and any welded construction shall be in accordance with the standard of the American Welding Society. Design Stresses: a. Materials shall be properly selected for the stresses to which they will be subjected. Load carrying parts, except girders shall be designed so that the calculated static stress in the material, based on rated load, shall not exceed 20 percent of the pu blished average ultimate strength of the material. This limitation of stress provides a margin of strength to allow for variations in the properties of materials and under no condition should imply authorization or protection for user to load the crane bey ond capacity. Girders shall be designed incorporating and installed in accordance with applicable codes. End trucks and Drives: a. End trucks shall have fully equalizing carries with anti-friction wheel and wheel bearings. The end trucks shall be provided with rubber bumpers at each end to engage stops on the crane runway. b. The bridge shall be driven by means of one electric motor drive equipped with a crane duty, 30-minute TENV motor, self lubricating gear case running in an oil bath, A.C. disc brake, and a span reduction adherent, grease lubricated through hydraulic fitt ings. The bridge shall have a variable frequency drive for multi-speed function. Hoists and Trolley: a. Drum and sheaves shall be accurately machined and smoothly finished. Grooving dimensions and tolerances shall be within standards as recommended by the wire rope manufacturer for maximum rope life. The drum shall be grooved and shall be sufficient size to maintain two wraps on the drum when the hook is in the lowest position. No over wrapping of the cable or drum shall be permitted. The hoist shall have a true lift system. b. Load block shall be of steel construction. The hook shall rotate freely on its bearing and shall be equipp ed with a safety latch. The hook shall be a non-ergonomically design. c. Brakes shall be included in the hoists and trolley. d. Block operated limit switch - The hoist shall be provided with a block actuated limit switch, meeting the requirements of applicable codes. The limit switch is actuated by contact with the lower block, preventing double blocking, possible rope breakage and load drop. e. Hoist gear case and motor - Triple reduction hoist gearing is oil bath lubricated, operating in an oil-tight, vacuum cast aluminum gear case. The gear case is conveniently located to allow ease of access in the air, while providing a low headroom design with maximum lift. The motor shall have a multi-speed with a variable speed drive. f. Wire rope drum and wire rope guide - The wire rope drum shall be machined from quality steel and equipped with a rope guide to ensure that the rope stays remains in the grooves. g. Trolley traverse drive - Two wheels are driven; one on each side of the frame for maximum traction and uniform tracking. Traverse motor drives a right angle worm gear reducer for smooth starting and stopping (within O.S.H.A. required distances) without requiring a brake. Trolley traverse drive pinion shaft is hex-sided; keys are not required for reducer or pinion connections. Each drive pinion is held in place with locking collars to prevent pinion walking. The trolley shall have a variable frequency dri ve for multi-speed function. Controls: a. The controls for the crane shall be contained in a pendant. The pendant shall have lightweight housing, which shall be supported from the trolley by two cables attached thereto. All controls including relays, timers, starter coils and associated control components shall be operable by existing electric power. Push button shall be labeled and identified for motion control and compass direction travel. b. The pendant shall by suspended from the trolley running in a track festooned across the bridge from point along the span. c. Control panel - Hoist and trolley controls are housed in a common control enclosure with generous space for ease of inspection and service. Controls use only the highest quality components and are designed to meet NEC standards for maximum life and easy service. d. Emergency stops and/or switches shall be easily identifiable and accessible. Controls shall be positioned at optimal locations for operators. e. Controls shall positioned to avoid operator awkward postures/positions, repetitive motions, excessive force, undue stretching, compression/contact stresses against portions of body, vibration, temperature and the operators requirement to maintain any of these recognized ergonomic risk factors for any extended period of time. Design shall incorporate these features for both operations and maintenance tasks when feasible under both normal and emergency situations f. Safety devices. Audio or Visual Safety interlocks and fail-safe features shall be incorporated into the system. Visual safety interlocks shall be positioned at optimum locations for the operator to see without obstructions during normal operations. 5. FIELD TESTS: The bridge crane contractor shall field test the full operation of the installed crane using 125% of rated capacity on all tests. 6. INSTRUCTIONS: The contractor shall instruct the owner in the proper operations and maintenance of the equipment. The contractor shall provide two bound operating and maintenance manuals to the owner at the completion of the project. The manual shall inc lude a parts list with the nomenclature, maintenance schedule, and name address, and phone numbers of the local product representative. If applicable, the contractor shall provide a operating and maintenance manual electronically. 7. NAMEPLATE and STENCIL: The contractor shall stencil the Bridge Crane capacity on the bridge itself. The contractor shall provide a permanent metal nameplate for the bridge crane assembly and hoist. The appl icable items as a minimum listed below shall be included on each nameplate: a. Purchase item number b. Manufacturer's Name c. Manufacturer's size and type d. Serial Number e. Design Capacity and Horsepower 8. WARRANTY: The contractor shall warranty the cranes and it components for two years. 9. JOB COMPLETION: If any site modification was required, it is the responsibility of the contractor to return the work site to its original condition as possible. I.e. if a hole had to be cut through a wall, the hole would be patched and painted to match the original. 10. CLEAN UP: It shall be the contractor's responsibility to clean up and police the work site at the end of each working day. The contractors work site shall be left in a neat, clean, orderly and hazard free condition. When the work is completed, the wor k site shall be policed to remove all evidence that work had been done. I.e. no nails, paint cans, pieces of wire, boxes or other trash is to be left behind. 11. DEMOLITION: In the event of demolition, it is the responsibility of the contractor to complete all removal and disposal off the Naval Air Station. All Federal, State, and Local rules and regulations applicable to the disposal of these demolition produ cts shall apply. 12. SAFETY: The contractor shall utilize good safety practices at all times. All work shall be performed applying all applicable Code of Federal Regulations 29 CFR 1910 and 1926 and the United States Corps of Engineers Safety and Health Requirements Manua l EM 3851-1. 13. COOPERATION: The Contractor shall cooperate fully with the COR to accomplish work in support of the Depot and its assigned mission. In order to fulfill the intent of the contract, the Contractor must be flexible in meeting changing requirements and pr iorities. The Government reserves the right to re-prioritize the work to be done under the contract in order to meet changing needs and requirements, so long as such changes are within the services to be provided by the Contractor and do not require additi onal cost for the services rendered. 14. SERVICES: The Contractor shall provide all labor, supervision, administration, and equipment (except as specified as Government furnished) to complete the project herein the Corpus Christi Army Depot. Services shall be provided in accordance with all terms, exhibits, contained herein or incorporated by reference. Incorporation by reference shall include any and all mandatory provisions of the Federal Acquisition Regulation (FAR), Defense FAR Supplement (DFARS), and Army FAR Supplement (AFARS). 15. EMERGENCY MEDICAL SERVICE: Medical services for the Contractor's personnel shall be the responsibility of the Contractor. However, the Government shall provide, on an emergency basis, medical services for on?the?job injuries/illnesses while an employe e is performing under the contract. Emergency medical service will be of a first aid nature in order to allow the Contractor to contact his own physician and transport patient to doctor's office or hospital. Contractor shall reimburse the Government for em ergency medical services provided on station upon receipt of invoice from the medical facility. 16. SUPPLIES: For all levels of work, the Contractor shall be responsible for buying, stocking and distributing all materials except as defined herein as government supplied. 17. MAINTENANCE: All major assemblies and installed attachments shall be optimally located for immediate accessibility for maintenance, inspection, and repair utilizing common tools under both normal and emergency situations. The inspection, adjustment, r epair, and replacement of components and accessories shall be accomplished with minimum requirements and minimum disturbance to other components and accessories of the system. Contractor shall furnish all special tools with crane, if required to perform ma intenance, repair, or removal and installation of any of the system components . Instructions for disassembly, repair, re-assembly, and adjustment shall be clear, concise and definitive. GOVERNMENT RESPONSIBILITIES 1. GOVERNMENT FURNISHED UTILITIES: a. Electrical power will be furnished by the Government at existing outlets for the Contractor's use at no cost to the Contractor for accomplishing the work described in this Statement of Work. Electric power available is 110 volt, single phase, 60 cycles. The maximum load applied to a circuit shall not exceed 15 amperes. Failure of the Government to furnish utilities at any time during the performance of the contract, due to outages or any interruptions in service, shall not be used by the Contractor as a basis of claim against the Government. b. CCAD security and NASCC Fire Department along with CCAD Fire Marshall shall brief contractor on security and fire prevention procedures. c. CCAD shall provide all the electricity 110 volts and shop air to contractor during installation. REPORTING REQUIREMENTS AND DELIVERABLES a. Contractor shall provide CCAD Industrial Engineering Division Engineering a schedule of any repairs needed. Schedule shall include lead-time for all parts being purchased and dates of all repairs. b. Contractor shall notify CCAD Industrial Engineering Division Engineering COR one week ahead of mobilization. Contractor shall provide a list of names to the COR that are going to be on site for security clearance at least one week prior their expected arrival to the Depot and Naval Installation.
 
Place of Performance
Address: Corpus Christi Army Depot ATTN: SIOCC-RS-AQ, 308 Crecy Street Corpus Christi TX
Zip Code: 78419-6170
Country: US
 
Record
SN00791112-W 20050421/050419212205 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.