Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
SOLICITATION NOTICE

J -- 60 INCH VC BUTTERFLY VALVE REPAIR

Notice Date
2/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation, Lower Colorado Region Contracting Office, PO Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
07SQ303091
 
Response Due
3/9/2007
 
Archive Date
2/15/2008
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Reclamation, Lower Colorado Region, Boulder City, NV, has a requirement for the repair of a sixty (60) inch VC Butterfly valve. All work shall be performed in accordance with the Bureau of Reclamation criteria, methods, and procedures and the general specifications contained in the Statement of Work. VC Butterfly Valve Repair - STATEMENT OF WORK - RFQ#07SQ303091 1. Work location: 1-1) The VC BFV is a Butterfly Valve installed in an adit beside the Lower Nevada Penstock at Hoover Dam. The dam is 5 miles east of Boulder City, Nevada. U. S. Highway 93 crosses the dam. 1-2) The valve is 60 inches in diameter and is used to route cool air originating in the penstock through an elevator shaft and ultimately to the visitor center at the top of the dam. 1-3) The valve, and all hydraulic controls for it, is mounted above a concrete walkway used by visitors as part of the normal tour. 1-4) A float switch used to operate the valve is located inside the penstock adit itself a short distance from the valve. 1-5) Electrical controls for the valve are located in a control panel along the walkway below the valve. 2. Agency work includes: 2-1) Providing 11 PDF drawings and 4 pictures depicting the valve and its associated equipment. 2-2) Provide access to the valve and the area around it for prospective bidders to examine the equipment and evaluate the extent of the work needed to complete the project. 2-3) Provide a Bureau of Reclamation inspector to authorize and monitor the vendor's work. 3. Vendor's work includes: 3-1) Drain and dispose of all hydraulic fluid from the system. 3-2) Before any device is disconnected, all wiring for the valve system is to be wire checked to note any discrepancies with the system schematics and wiring diagrams. 3-3) Rebuild the 6x39" hydraulic cylinder using all new seals. The cylinder is an Ortman Series"3TH" with a rod diameter of 2.50", and will require a Rod Gland Kit, a Rod Seal Kit, and a Tube Seal Kit. 3-4) Remove all control piping, conduit, two junction boxes, limit switches, pressure switches, pressure gauge, ball valves, flow control valves, oil reservoir, pump and motor, all 4 accumulators, and Pall filter assembly. 3-5) Remove all loose rust and scale on the entire length of the 60 inch exposed pipe in the adit, (approximately 18 feet), butterfly valve body and control framework, coat all surfaces with rust converting primer, and finish paint with 2 coats of two-part semi-gloss liquid beige epoxy. 3-6) All replacement hardware, (nuts, bolts, washers) with stainless steel. 3-7) All replacement components are, (if not of stainless steel construction), to be primered with a zinc ladened epoxy based primer and finished with 2 coats of two-part semi-gloss liquid beige epoxy. After installation, components are to be touched-up as needed to restore complete paint coverage. All components listed below by manufacturer are what are presently installed in the system. Equivalent parts by other manufacturers may be substituted PROVIDED that those parts meet the specifications of the presently installed parts. Replace all listed components of the existing system as follows: A) Replace all four 15 gallon accumulator tanks with 4 new accumulator tanks. The pre-charge for each accumulator is 850 pounds. (The existing accumulators are Oilair Model 15-100-2.) B) Replace the 4-way control valve. (The present valve is a Dynex/Rivett 6615-D05H-115/DF-10.) C) Replace the air bleed valve. (The present valve is a Vickers type ABT-03-10 air bleed.) D) Replace the filter assembly. (The unit is now a Pall filter assembly Model HH9800A12DNTBPT). E) Replace all tubing and tubing fittings (3/4 inch, 1/2 inch, and 1/4 inch) with stainless tubing (ASME 308 or 316) rated for 3000 psi or more. F) Replace all 3 Mercoid pressure switches with non-mercury type pressure switches made of stainless steel. The operating pressure range should be 200-2500 psi. Set the low pressure shutdown and lockout pressure switch (PS-1) to close at 1300 psi and open at 1375 psi. Set the pump operation pressure switch (PS-2) to close at 1400psi and open at 1500 psi. Set the hydraulic system high pressure shutdown and lockout switch (PS-3) to close at 1650 psi and open at 1550 psi. G) Replace one pressure gauge with a new gauge with a scale of 0-3000 psi, +/- 2 per cent accuracy, 6" diameter. The case must be stainless steel. H) Replace all manual shutoff valves and flow control valves with stainless replacements. Add 2 manual air bleed valves with tubing adequate to vent the system without spilling oil. I) Replace the hydraulic reservoir (including float switch) with an identically sized 40 gallon unit of stainless steel construction. (The present unit is a Vescor 10040.) J) Replace the hydraulic pump and motor with a new unit. (The existing motor is a Baldor Catalog #37BA4004 motor, (5 HP, TEFC, 460VAC, 3-phase, 60 HZ, 1200 RPM). The existing pump is a Vickers 20V-5A-1A-20-282.) K) Replace the pressure relief valve. (The existing valve is a Vickers type CS-03-C-50.) Set the valve to relieve at 1700 psi. L) Replace the suction filter on the hydraulic pump with a new filter assembly. (The existing filter assembly is a Vickers filter Number OF3-08-3RV-10.) M) Replace both electrical junction boxes with new 8" x 10" x 4" enclosures constructed of stainless steel and rated NEMA 4X), and replace all wiring between all new devices and equipment and the main control board. All control wiring must be THHN 14AWG 600 VOLT STRANDED. Power connections for the hydraulic pump motor are to be THHN 10AWG 600 VOLT STRANDED. All terminations are to be made using insulated ring lugs. N) Replace both valve position limit switches with new switches. (The new switch must be a sealed heavy-duty stainless switch such as a Honeywell HDLS. No switches containing mercury will be allowed. O) Replace the flood level switch in the penstock with another switch designed for this purpose and constructed of stainless steel. (The existing switch is a Magnetrol X53-4701-001.0.) No switch containing mercury will be allowed. P) Replace all flex hoses. The replacements must be rated for 3000 psi or more. Q) Replace all conduit on the valve with fiberglass conduit. All fiberglass conduit connections epoxied. Replace all flexible conduits with nonmetallic flexible conduit using non-corrosive fittings. R) The fiberglass canopy over the valve is to be replaced with a new fiberglass canopy designed by the contractor. All support members and hardware for the new canopy are to be of stainless steel. 3-8) Flush the entire oil system. Refill the system with new hydraulic fluid to be furnished by the contractor. (The existing hydraulic fluid is Chevron AWISO32.) 3-9) The entire electrical system for the valve is to be wire checked for correct terminations. 3-10) The pump control circuit is to be test operated. The pump is to start operation at 1400 psi and stop operating at 1500 psi. 3-11) The valve control system is to be test operated first with the cylinder disconnected from the butterfly valve and then with the butterfly valve connected to the cylinder. Flow control valves are to be adjusted to open or close the valve in 60 seconds at normal operating pressure (1400 to 1500 psi). 3-12) The contractor is to furnish a complete set of electrical and mechanical drawings in AutoCad 2006 format. 3-13) The contractor is responsible for the functional operation of the 60 inch valve control system after all new equipment is installed. 4. Period of performance: 4-1) The contractor must submit a detailed schedule for work performance within fourteen (14) days of contract award. 4-2) The contractor must have all replacement components ON SITE before commencing work beyond Vendor Work Items 3-1 and 3-2, (see above). 4-3) All work must be completed within ninety (90) days of contract award. 4-4) All site work must be completed within a twenty-one (21) calendar day period, with no more than fifteen (15) actual workdays. 5. Schedule and job site conditions: 5-1) The area where this valve is located is part of the plant tour and the public will be in the area of the valve during the daytime while this work is being performed in the evening. 5-2) All work on the valve must be performed between the hours of 6PM and 8AM (Monday evening through Friday morning). The area must be cleaned up after each shift's work and left in a condition which is safe for tours to be operated during the day. The floor below the valve is waxed concrete and will need to be protected from damage and cleaned after each shift. Suggested protection should include sheet plastic under plywood or wafer board. The railings below the valve must be protected as well. For technical questions please contact Joe Brown (702) 494-2256. A site review is scheduled for Tuesday, February 27, 2007, 7:00 a.m., PST. Prospective quoters will meet at Hoover Dam Warehouse, Hwy 93, Boulder City, NV 89006. Please contact Joe Brown (702) 494-2256 to make arrangements prior to attending the site review. All prospective quoters are encouraged to attend. THE ANTICIPATED AWARD DATE IS MARCH 12, 2007. This requirement is being procured under Simplified Acquisition Procedures (SAP) and is set-aside for small businesses. The North American Industry Classification Systems (NAICS) code is 811310, $6.5 million. Large businesses are encouraged to respond in the event that no responsive small businesses submit reasonable price quotes. First priority for award will be to a small business. It is anticipated that a Request for Quote (RFQ) will be issued on or about February 16, 2007, and awarded on or about March 12, 2007; however, all dates in this announcement are subject to change. The RFQ will be issued via www.fedbizopps.gov. A Request for Quote is being issued to facilitate submittal of quotes through electronic commerce, and to view all applicable clauses and attachments. Vendors are reminded that they must be registered in the Central Contractor Registration to be considered for award. Vendors can register at www.ccr.gov. You will need your Dun & Bradstreet number and banking information. For further information, you may contact Carmen Bernhardt at (702) 293-8309, email, cbernhardt@lc.usbr.gov, or you may contact my co-worker Leslie Leavitt at (702) 293-8363; email, lleavitt@lc.usbr.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=164475)
 
Place of Performance
Address: BOULDER CITY, NV BOULDER DAM
Zip Code: 89005
Country: USA
 
Record
SN01233176-W 20070217/070215221446 (fbodaily.com)
 
Source
FedBizOpps 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.