Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
MODIFICATION

40 -- This is an AMENDED combined synopsis/solicitation for design and fabrication of pulley/sheave system, including delivery to Napoleon, Missouri in Lafayette County. For revised specifications & drawings, email cynthia.a.clark@usace.army.mil.

Notice Date
3/24/2008
 
Notice Type
Modification
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-08-T-0064
 
Response Due
4/7/2008
 
Archive Date
6/6/2008
 
Point of Contact
Cynthia Clark, (816) 389-3009
 
E-Mail Address
US Army Engineer District, Kansas City
(cynthia.a.clark@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is an AMENDED combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice and IAW FAR Part 13. This announcement constitutes the request for quote for the required items under Solicitation Number W912DQ-08-T-0064. NAICS code: 333923, Small Business Standard: 500 employees. A subsequent solicitation document will NOT be issued . The US Army Corps of Engineers, Kansas City District, Operations Division, intends to issue a contract for design and fabrication, as specified, and delivery to Napoleon, Missouri. This will be a firm-fixed price award, 100% SMALL BUSINESS SET-ASIDE, w ith award made to the low technically acceptable quoter. SPECIFICATIONS AND DRAWINGS MAY BE OBTAINED BY CONTACTING: cynthia.a.clark@usace.army.mil. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items (the offeror will be required to complete the annual r epresentations and certification electronically via the ORCA website at http://orca.bpn.gov.); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, withi n which the following clauses apply and are incorporated by reference: 52.219-26, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affi rmative Action for Workers with Disabilities, 52.225-3, 52.232-33, 52.232-34 52.237-1 Site Visit; 52.237-2 Protection of Government Property; 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated b y Reference NWK-00100-007 Safety Clause (incorporates manual EM-385-1-1) The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. At a minimum, responsible sources shall provide the following: * a price proposal on letterhead * remittance address * Tax ID # * Duns # Original, signed responses to this solicitation are due by MONDAY APRIL 7th, 2008 at 4:00 pm CST at: Stockton Lake Project Cindy Clark 16435 E Stockton Lake Dr Stockton, MO 65785 Bidders should refer to Solici tation #W912DQ-08-T-0064. Emailed or faxed responses will NOT be considered. TECHNICAL QUESTIONS point of contact: Eddie Fernandez 816-389-3237 or eduardo.h.fernandez@usace.army.mil. CONTRACTUAL QUESTIONS point of contact: Cindy Clark 816 -389-3009 or cynthia.a.clark@usace.army.mil. TO OBTAIN DRAWING: contact cynthia.a.clark@usace.army.mil, 816-389-3009. TO OBTAIN SPECS: contact cynthia.a.clark@usace.army.mil, 816-389-3009. Also, AMENDED specifications follow as text below: ========================================================== L-385 Winch Redesign Specification for Bid (AMENDED): L-385 Q1 and Q3 - Pulley/Sheave system (see attached plan view) that will mount to a 2.25-2.5 feet thick flood wall (both sides) via 7/8 to 1 inch dia. through bolts, and will open and close a 100,000 lb rolling flood gate. A hole will be cored through the flood wall and steel cable ran through it to an attachment point on the gate. Therefore, it is n ecessary to have the sheaves angled out to allow clearance for the pipe caps to be secured to the threaded pipe sealed in the wall when the pulley system is not in use. The opening and closing will be accomplished via a hydraulic winch rated at a 10-ton capacity. The pulleys are carrying a horizontal load and moment from the force of the line (i.e. the base plate and bolts through wall). The expected force required to open and close the gate at the sheaves will be working load of 20-kips. 1. Total Quantity = 8ea. (4ea. Gate Q1 and 4ea. Gate Q2) 2. Entire pulley/sheave block system design including attachments to the wall, shall be designed by the pulley system supplier, and the design calculations and shop drawings shall be submitted to the contracting officer for approval prior to fabrication. 3. All the design calculations and pulley/sheave block system assembly details, shall be sign ed and sealed by a professional engineer licensed to practice in the State of Missouri. Additional information pertaining to proposed Bid: 1. The pulley/sheave block supplier will NOT be responsible for designing the bracket to attach the ste el rope to flood gates. 2. Distance from the top of flood wall down to pulley/sheave block will be approximately 15.5-feet. 3. See drawing sheet C001 and C002 for locations of pulley/sheave block system in relation to Bobcat platform for winc h. 4. Pulley sheave block supplier is NOT responsible for checking the structural integrity of the existing floodwalls for the induced loading effects imposed by the pulley/sheave block system. 5. See drawing sheet S004 for gate attachment po ints for steel rope. 6. See attached pipe detail of 5 inch hole through wall. 7. Detail at bottom left shows the top of the pulley/sheave indicating the need for a rope keeper at the top, in order to keep steel rope from sliding out when untensioned. Further detail is not required. Final Note: Please use the following information provided to interpret the drawings or specifications accordingly to provide an accurate bid proposal. (This refers to 4 additional drawings  please cont act cynthia.a.clark@usace.army.mil for drawings). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-MAR-2008); 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.fbo.gov/spg/USA/COE/DACA41/W912DQ-08-T-0064/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City Missouri River Area Office, 790 E 224 Hwy Napoleon MO
Zip Code: 64074
Country: US
 
Record
SN01540409-F 20080326/080324230215 (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  © 1994-2020, Loren Data Corp.