Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2005 FBO #1322
SOURCES SOUGHT

54 -- MARKET SURVEY FOR Design, fabrication, installation of two sluice gates and the inspection and repair of all existing embedded metals utilized as sealing surface.

Notice Date
7/8/2005
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-05-R-W001
 
Response Due
7/22/2005
 
Archive Date
9/20/2005
 
Point of Contact
Linda Stanley, (251) 441-5539
 
E-Mail Address
US Army Engineer District, Mobile
(linda.d.stanley@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this notice is to seek sources for two Sluice Gates to be manufactured and installed at Lake Lanier, Buford, GA. There is no solicitation at this time. The Scope of Work involves the design, fabrication, and installation of two new se rvice sluice gates and the inspection and repair of all existing embedded metals utilized as sealing surfaces. Each sluice gate shall contain a single, hydraulically operated, 38 inch jet flow gate valve. Wire rope hoists located at the top of the intake structure of the dam currently raise and lower the gates to provide supplementary releases. Each jet flow gate valve shall deliver 600 CFS when fully open under the normal pool elevation of Lake Lanier (EL. 1064). The new service sluice gates themselves w ill no longer be raised or lowered to provide supplementary releases -- the jet flow gate valve in each gate shall be used to provide regulation of the supplementary releases while the new service sluice gates remain in place. When inspection or maintenan ce of the service sluice gates is required, each will be raised by its corresponding existing wire rope hoist. The sluice gates shall fit in the existing structure. The sluice gates shall be designed such that they will not require modifications to the e xisting wire rope hoists. The sluice gates may use a different hoist block assembly. A new hydraulic pump unit and associated tubing and piping shall be provided to provide actuation of the jet flow gate valves. Local and remote control of the jet flow gate shall also be provided. Work scope shall also include all electrical design and installation as necessary in order to provide power to the new hydraulic pump, as well as to provide the required electrical control and indication for the new service sl uice gates. Work scope shall also include the design and installation of a complete corrosion control system including a coating system rated for immersion service and a sacrificial cathodic protection system to protect all submerged surfaces of the new gates. The ca thodic protection system shall consist of magnesium anodes bolted to the gates rather than welding for ease of future replacements. The Contractor shall be responsible for close coordination between the gate fabricator and the cathodic protection sub-cont ractor. The gate fabricator shall coordinate with the corrosion expert as defined herein, to assure that anode mounting studs are welded to the gate in the correct locations during the gate fabrication. All anode mounting bolts are to welded to the gat es, prior to painting and prior to leaving the fabrication facility. All painting shall be accomplished at the gate fabrication shop prior to delivery, except for touch up painting after gate installation. Care shall be taken as to not damage mounting bol ts during the transportation and installation of the new gates. The remaining cathodic protection installation and testing will be performed after gate installation. The Government will not pay for any material provided in response to this synopis nor re turn the data provided. The results of this synopsis will be considered to be in effect ofr a period of one year from the date of publication of this notice. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA01/W91278-05-R-W001/listing.html)
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00843972-F 20050710/050708211937 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.