Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOURCES SOUGHT

Z -- Lower Monumental Bridge Crane Rehabilitation, Kahlotus, Washington

Notice Date
3/20/2009
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-09-R-SS20
 
Response Due
3/31/2009
 
Archive Date
5/30/2009
 
Point of Contact
Jani Long, 509-527-7209<br />
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled, Lower Monumental Bridge Crane Rehabilitation. This will be a firm-fixed-price contract. Construction magnitude is between $1,000,000 and $5,000,000. The period of performance is 325 calendar days. A bid bond of 20% or $3,000,000, whichever is less, will be required. 100% Performance and payment bonds will be required. Lower Monumental Dam is located on the Snake River near the town of Kahlotus, Washington. The Lower Monumental 600 ton bridge crane is used for handling hydroelectric generating unit components inside the powerhouse. The bridge crane was installed in 1967. The crane has two 300 ton traveling trolleys, each with one 300 ton main hoist and 30 ton auxiliary hoist. SOW Outline Follows: Major electrical components removed and replaced include the main line conductors & collectors, drives, motors, controls, cabinets, and crane lights, and conduit and cable and other associated equipment. Crane cab work includes: Replace existing cab with new fully enclosed cab, provide new warning lights, bells, PA system, operators chair w/ integral crane controls, egress hatch, AC unit, HMI, and remote control devices for bridge travel, trolley travel and AH control. New paint. Bridge crane general work includes: New bridge drive arrangement with new gear motor drives on new bridge drive trucks (4 total), align bridge drive gears, modify lower bridge walkway for installation of new bridge drives, provide new cages for upper bridge access ladders, fall protection anchoring points, new crane access gate, new upstream crane corbel access gate, repair of defective welds, downstream rail repair and rail alignment surveys, new downstream crane corbel fall restraint system, safety chains/cables on trolley bumpers and bridge bumpers, and new bridge travel and trolley travel limit switches. Touch-up paint as required. 300 Ton trolley work includes: New fall protection trolley skirt for both trolleys, replace trolley drive shaft seals and bearings, repair/replace bent rail sweeps, new toe plates, oil flush for existing gearboxes (main hoist (MH), auxiliary hoist (AH) and trolley drive gearboxes), replace cover seal on upstream AH gearbox only, and modify or replace MH high speed shaft. The remaining following work is typical for both the MH and AH: replace motor couplings, replace drum bearings and seals, replace wire rope, provide new rotary limit switches, provide new load cell pins, align open gears, provide new shear pins and shear plates, replace weighted limit switches, re-build AH load blocks, replace felt seals on MH load blocks, and refurbish AH and MH load hooks. Other work as specified includes: Post rehabilitation inspection, performance and load testing, training of project personnel in operation and maintenance of the crane, and provide Operation & Maintenance Manuals and As-Built Drawings. An authorized representative shall be responsible for the preparation of the schedule and all required updating (activity status) and preparation of reports. The authorized representative shall have previously developed, created, and maintained at least three (3) electronic schedules for projects similar in nature and complexity to this project and be experienced in the use of the scheduling software. Provide a Site Safety and Health Officer (SSHO) at the work site at all times to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor. The Contractor Quality Control (QC) person cannot be the SSHO on this project, even though the QC has safety inspection responsibilities as part of the QC duties. The SSHO must have a minimum of three (3) years safety work on similar project, a 30-hour OSHA construction safety class or equivalent within last 3 years, and Competent Person Training as needed. The Government will use the Resident Management System for Windows (RMS) to assist in its monitoring and administration of this contract. The Contractor shall use the Government-furnished Construction Contractor Module of RMS, referred to as QCS, to record, maintain, and submit various information throughout the contract period. This joint Government-Contractor use of RMS and QCS will facilitate electronic exchange of information and overall management of the contract. QCS provides the means for the Contractor to input, track, and electronically share information with the Government in the following areas: a. Administration b. Finances c. Quality control d. Submittal monitoring e. Scheduling f. Import/export of data The Contractor shall be responsible for quality control and shall establish and maintain an effective quality control system. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product that complies with the contract requirements. The system must cover all on-site construction operations and be keyed to the proposed construction sequence. Utilize established in-house quality control procedures to assure full compliance with all off-site work. Submit daily reports for all on-site work and for all off-site work. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, which can be found online at http://www.usace.army.mil/CESO/Pages/EM385-1-1,2008NEW!.aspx located at US Army Corps of Engineers homepage. This sources-sought announcement is a tool to identify small business concerns with the capability to accomplish the work. Only these firms who respond to this announcement by submitting a statement of their current or past technical experience (what the firm has done) and current or past performance(how well the firm did it) similar to or the same as the requirements stated above, will be used in the determination whether to set aside this requirement for small business. Include bonding capacity and a statement indicating the size of your business (small business, 8(a) small business, Hub zone small business, or Service Disable Veteran Owned small business concern) to Jani Long, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or email responses to jani.c.long@usace.army.mil. Your response to this notice must be received on or before close of business on March 31, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9acde4acee9deb41a71879b9d32c8b4e&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01773840-W 20090322/090320215720-9acde4acee9deb41a71879b9d32c8b4e (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.