Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2009 FBO #2699
AWARD

Z -- Dworshak Powerhouse Bridge Cranes Rehabilitation

Notice Date
4/15/2009
 
Notice Type
Award Notice
 
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-0002
 
Response Due
3/4/2009
 
Archive Date
5/15/2009
 
Point of Contact
Jani Long, 509-527-7209<br />
 
Small Business Set-Aside
N/A
 
Award Number
W912EF-09-C-0017
 
Award Date
4/10/2009
 
Awardee
Crane Technologies Group, Incorporated1954 Rochester Industrial DrRochester Hills, MI 48309-3343
 
Award Amount
2895685
 
Line Number
0001 through 0003
 
Description
The work shall consist of rehabilitating two 350-ton bridge cranes located in the powerhouse at Dworshak Dam. Mechanical and structural work for the rehabilitation of the two bridge cranes includes replacing existing wire rope, motor couplings, bearings, operator's cab, operator's controls, modify or replace mounting bases for motors and brakes, provide guardrails, as well as inspection, cleaning, alignment, balancing, and testing. Drums shall be removed, repaired and reinstalled. Two lifting beams shall be inspected. The Contractor shall engineer and design all new components of the system and submit computations and drawings. The design engineer for all calculations and drawings shall be a registered professional engineer. Electrical work includes repair of the existing grounding straps to the crane rails, removal of the operator's controls, the removal of all electrical equipment and wiring on the two bridge cranes, and the design, fabrication, factory testing and field testing, furnishing, and installation of electrical and control equipment and associated systems. The electrical equipment and associated systems include motors, brakes, limit switches, complete control systems including radio control, collectors and conductors, conduit, wiring, load cells and indication, a complete, hardwired, crane-mounted public address (PA) system (wireless will not be acceptable), and auxiliary devices required to replace and enhance the cranes' electrical power, lighting, and control systems. The bridge cranes shall be inspected, tested and certified at the rated capacity by the Contractor. Personnel training shall be conducted by the Contractor. The existing paint system has a primer containing red lead. Any damaged paint, rust, or corrosion is to be removed and receive touch-up painting. Only items taken away from the Powerhouse to the Contractor's facility for refurbishment will receive full lead abatement prior to being repainted. All on-site lead abatement, containment and disposal incidental to on-site painting activities shall be as specified. Spray painting shall not be performed at the Project. The Contractor shall provide an authorized representative 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 electronic schedules for projects similar in nature and complexity to this project and shall be experienced in the use of the scheduling software. The Contractor shall provide a Site Safety and Health Officer (SSHO) provided 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 shall have a minimum of three years safety work on similar project, a 30-hour OSHA construction safety class or equivalent within last three 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 shall cover all on-site construction operations and shall be keyed to the proposed construction sequence. The Contractor shall utilize established in-house quality control procedures to assure full compliance with all off-site work. The Contractor shall 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.hq.usace.army.mil. At the Headquarters homepage, select Safety and Occupational Health. Solicitation No. W912EF-09-R-0002 will be posted to the FBO website on or about February 2, 2009. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. The proposal due date information will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is made available to offerors. See solicitation for details about the site visit. Solicitation is open to both large and small business concerns. NAICS code for this project is 238290, and the small business size standard is $14,000,000 average annual receipts. Estimated magnitude of construction is between $1,000,000 and $5,000,000. When available, the solicitation documents for this project will be available via FedBizOpps, https://www.fbo.gov NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on FedBizOpps.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=92f6a220605ca7ec156cd038a3022d63&tab=core&_cview=1)
 
Record
SN01793240-W 20090417/090415222006-92f6a220605ca7ec156cd038a3022d63 (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.