Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
AWARD

Z -- MCNARY BRIDGE AND INTAKE CRANE MODIFICATIONS, UMATILLA COUNTY, OREGON

Notice Date
9/17/2009
 
Notice Type
Award Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-09-C-0036
 
Archive Date
10/17/2009
 
Point of Contact
Jani Long, 509-527-7209
 
E-Mail Address
US Army Engineer District, Walla Walla
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912EF-09-C-0036
 
Award Date
8/21/2009
 
Awardee
INDUCCO Incorporated<BR>1201 South Pacific Avenue<BR>Kelso, Washington 98626
 
Award Amount
355,755.00
 
Line Number
All
 
Description
Work includes the following for the 350-Ton Powerhouse Bridge Cranes Modifications: Relocate two operator's chairs, Human Machine Interfaces (HMIs), cab lights and all associated work related to modifications of existing conduits and relocate existing cables. Operationally test all equipment to verify that all systems and components are functional. Modify the operator's cab of each bridge crane to improve operator sight lines. Completely design, fabricate, assemble, and paint the operator's cab. Construct the modified cab frame of structural steel shapes. The floor shall be made of reinforced steel plate not less than 1/4-inch thick. Provide smooth masticated rubber sheeting for the cab floors. Provide new vertical supports for the cab to replace removed vertical supports. Strengthen the walkway supports, if needed, to support the cab vertical supports. Provide new glazing for horizontal and slanted windows that is 1/4-inch thick polished glass o f the laminated safety type. Provide a personnel lowering device anchor point and locate it overhead and just outside each cab doorway (two anchor points total) for the existing personnel lowering devices. Provide a solid lubricant system to lubricate the outer flange of the northernmost downstream wheel of the south crane. Provide pin shims on the south bridge crane truck. Provide bridge bumper spacers and weld to the south bridge crane fixed bridge bumper seats. Lead abatement on structural modification areas. Work includes the following for the 140-Ton Intake Gantry Crane Modifications: Provide wire rope wedge sockets for the upstream auxiliary hoist rope dead ends. Provide hammerhead block deflectors, cover plates, and counterweights for the hammerhead blocks. Provide an upstream auxiliary hoist load indicating system. Load test the upstream and downstream auxiliary hoists to verify that all indicat ions, visual and audible alarms are functional. Provide wire rope for auxiliary hoists. Period of Performance: The 140-ton intake gantry crane will not be available for the Contractor until 23 November 2009. All work, including performance and load testing, shall be completed no later than 15 December 2009. The two 350-ton bridge cranes will be made available to the Contractor after all required submittals and materials have been approved and are on-site. Only one bridge crane at time will be made available for the Contractor. All work shall be completed no later than 150 calendar days after receipt of Notice to Proceed. Solicitation No. W912EF-09-B-0012 will be posted to the FBO website on or about July 10, 2009. Bids will be opened no sooner than 30 calendar days after actual solicitation issuance date. The bid opening date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be of fered approximately 2 weeks after the solicitation is made available to bidders. 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 $250,000 and $500,000. When available, the solicitation documents for this project will be available via FedBizOpps.gov 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/Awards/W912EF-09-C-0036.html)
 
Record
SN01958765-W 20090919/090917235848-4f5653205dec58f30f38a6c47f0cb349 (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.