Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

43 -- REMOVE & INSTALL NEW STATION SERVICE AIR COMPRESSORS FOR THE USACE AT GAVINS POINT PROJECT, LOCATED NEAR YANKTON, SD. DUE 90 DAYS AFTER NOTICE TO PROCEED. POC: CURTIS BISGARD 402-667-2565

Notice Date
7/7/2010
 
Notice Type
Presolicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-10-Q-G027
 
Response Due
7/21/2010
 
Archive Date
9/19/2010
 
Point of Contact
MONICA DWYER, 402-667-7873
 
E-Mail Address
USACE District, Omaha
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATION AIR COMPRESSOR REPLACEMENT, Scope of Work U.S. ARMY CORPS OF ENGINEERS, Gavins Point Power Plant, Located near Yankton, SD 1. General Description of Project. Contractor shall provide all materials, labor, and equipment to remove and install 2 new station air compressors at the Gavins Point Powerplant near Yankton, SD. DUE TO THE UNUSUAL CIRCUMSTANCES OF THE PROJECT, A PRE-BID SITE VISIT IS STRONGLY ENCOURAGED. Location of Powerplant is actually Cedar County, Nebraska. Contract Option #1 may be awarded at the discretion of the Government therefore it is a separate bid item. 2. Existing Equipment. See attached drawings and photos. 3. Removals. This work involves removing the two existing 1950s vintage air compressors and associated aftercoolers, piping, and controls in the compressor room. Contractor shall be responsible for disposing of all removed material. 4. Equipment. 4a. Air Compressors. The air compressors shall be of the industrial water-cooled rotary screw type. Capacity shall be 115 ACFM at 120psig. Electrical motors shall be 30 HP and 460 volt, 3 phase. Motor starter shall be included as well as standard protective devices. Unit shall have Auto/Dual Control. Auto control shall allow multiple machines to be operated in a lead-lag condition. Auto control shall also allow for the lead machine be alternated automatically. Lead compressor shall start at 85 psig and stop at 100 psig. Lag compressor shall start at 80 psig and stop at 95 psig. Unit shall be able to operate with cooling water ranging from 35-80 degrees Fahrenheit. A replaceable air intake filter shall be provided. Each compressor shall be installed on a 19 high factory-provided pedestal. Air Compressor Units shall be Sullivan Palatek Model 30D7 or approved equal. 4b. Desiccant Air Dryers. Air dryers shall be of the heatless desiccant type with a pre-filter, after-filter, and a bypass. Capacity shall be 115 cfm at 120 psi. Voltage shall be 120 volts. Air Dyer Units shall be Sullivan Palatek Model SPS-115-116 or approved equal. 4c. Piping. Piping, valves, and fittings shall be welded and flanged black steel suitable for handling air pressures up to 120 psig. To the extent possible, it shall match the existing piping. 5. Electrical. The primary power connection hook-ups of the new equipment will be furnished and installed by the Government. Connection of any controls or wiring inherent to the compressor units or dryer units shall be provided by the contractor. 6. Installation of New Equipment. Downtime shall be minimal and to the satisfaction of the Government. Contractor shall be responsible for providing temporary air for system during construction. Temporary compressor shall have a minimum capacity of 20 cfm and can be connected into the system at an existing air drop. New equipment shall be installed in accordance to manufacturers recommendations. To the extent possible, the new piping shall be pressure tested before being put into service. Flexible connectors rated for at least 200 psig shall be used to connect the new compressors to the existing air piping. New piping shall be painted to match existing piping. Contractor shall conform to the lock-out/tag-out procedures of the US Army Corps of Engineers Hazardous Energy Program. Scheduling of work shall be coordinated through the Powerplant Superintendent. At the completion of the project, the installed system shall function and provide compressed air to the existing powerplant station air system to the satisfaction of the Government. 7. Contract Drawings and Specifications: Omissions from these specifications or the misdescription of details of work which are manifestly necessary to carry out the intent of the specifications, or which are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work. They shall be performed as if fully and correctly set forth and described in the drawings and specifications. All dimensions shall be field-verified prior to installation. 8. Commencement, Prosecution, and Completion of Work: The Contractor will be required to commence work under this contract on the date of receipt by him of Notice to Proceed, to prosecute said work diligently and to complete the entire work within 90 days. The time stated for completion shall include final cleanup of the premises. The contractor will comply with government work hours, 6:00am - 4:30pm, Monday through Thursday, while working on the government site. 9. Approval of Materials: The USACE shall approve all equipment and materials before installation begins. 10. Taxes Nebraska. 8.1. Nebraska Sales and Use Tax. Materials installed under this contract are not exempt and the tax must be included in the amount bid. Telephone: (402) 595-2065 (Department of Revenue-Omaha). 8.2. Excise Tax. There is an excise tax on the total gross receipts of all prime contractors and subcontractors engaged in realty improvement contracts. 11. Protection of Existing Facilities: Contractor shall be responsible for protection of the building from any damage that may occur to the building during the construction. Any damage done to the building due to the construction shall be repaired at the cost of the contractor. 12. Training: Contractor shall provide a minimum of 2 hours training for operation and maintenance of the completed system to Corps employees. 13. Environmental Protection: In order to prevent, and to provide for abatement and control of, any environmental pollution arising from the construction activities in the performance of this contract, the Contractor and his sub contractors shall comply with all applicable federal, state and local laws and regulations concerning environmental pollution control and abatement. 14. Safety Requirements: The Contractor shall ensure that safe working practices are in accordance to the requirements of the US Army Corps of Engineers, Safety and Health Requirements Manual, EM 385 1 1, 15 Sept 2008. A copy of the above manual is available at the Gavins Point Project Office, 55245 Highway 121 Crofton, NE. a. Prior to work being started, the contractor shall submit for approval, an Activity Hazard Analysis of all work that is to be performed. b. Ground Fault Circuit Interrupters: In accordance to the requirements of paragraph 11.D.05 of EM 385 1 1, ground fault circuit interrupters are required for all extension cord systems. c. First Aid and Medical: First aid facilities shall be made available on the job site. Arrangements for emergency medical attention shall be made prior to start of work. All emergency numbers (doctor, hospital, ambulance, fire department) shall be posted, or made available at the work site. 15. Housekeeping: Daily clean up of all debris and waste materials is required. Debris shall be removed on a regular basis. 16. Debris Disposal: It shall be the contractors responsibility to properly dispose of any removed and un-needed items as well as any construction debris. The Corps reserves the right to keep any components as they see fit. 17. One Year On-site Warranty: Parts and on-site labor shall be warranted for one year for the installed systems. 18. Place of Performance. Work shall be accomplished at the Gavins Point Power Plant. THERE ARE NO 220 VOLT OUTLETS AVAILABLE TO RUN WELDERS. Shipping Address: US Army Corps of Engineers, Gavins Point Powerplant, 55245 Highway 121, Crofton, NE 68730 Mailing Address: US Army Corps of Engineers, Gavins Point Powerplant, P.O. Box 710, Yankton, SD 57078-0710: POC: Curt Bisgard, Mechanical Engineer, Phone: (402) 667-2565; Fax: 402-667-2537; Alternate POC: Michael Welch, Powerplant Superintendent Phone: (402) 667-2510 19. Site Visit. Due to unusual site conditions, a site visit is strongly encouraged and can be arranged by contacting one of the above-mentioned individuals. 20. Contract Option #1. Contract option #1 shall include removing the two existing 25 HP air bubbler compressors rated at 200 cfm at 20 psig and replacing with new. The new air compressors shall be as follows: The air compressors shall be of the industrial water-cooled rotary screw type. Capacity shall be 55 ACFM at 120psig. Electrical motors shall be 15 HP and 460 volt, 3 phase. Motor starter shall be included as well as standard protective devices. Unit shall have Auto/Dual Control. Auto control shall allow multiple machines to be operated in a lead-lag condition. Auto control shall also allow for the lead machine be alternated automatically. Unit shall be able to operate with cooling water ranging from 35-80 degrees Fahrenheit. A replaceable air intake filter shall be provided. Each compressor shall be installed on the existing concrete pedestal. Air Compressor Units shall be Sullivan Palatek Model 15D or approved equal. The working pressure of this bubbler system is 20-30 psig. Therefore a new inline pressure regulator with gauges will be required to be installed in the existing supply header. The pressure regulator shall be an Ingersoll Rand 1 PACE or approved equal. The bubbler air compressors run constantly during the winter months alternating between the two. The contractor shall be responsible for setting the pressure regulator so that the compressors run consistently and do not constantly load and unload. All other applicable paragraphs in this scope of work apply to this option. 21. Best Value Bidding Information. Bidders shall be evaluated on a best value basis using the factors listed below. The first three factors, when combined, are considered to be more important than price. a. Experience in installation of compressed air systems and welding of such piping. b. Ability to provide on-site warranty services for 1 year as well as on-site service after one year. c. History of similar projects with the names and contact information of three references we can contact. d. Price Gavins Point Project Removal and Installation of New Station Service Air Compressors 1. Experience in installation of compressed air systems and welding of such piping. Please provide information on a separate sheet. 2. Ability to provide on-site warranty services for 1 year as well as on-site service after one year. Please provide information on a separate sheet. 3. History of similar projects with the names and contact information of three references we can contact. 4. Price of Base Bid:$______________________ Price of Option #1:$______________________ Total Price:$_______________________ QUOTES DUE JULY 21, 2010 BY 3:00 P.M. POC: CURTIS BISGARD 402-667-2565
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-Q-G027/listing.html)
 
Place of Performance
Address: USACE, GAVINS POINT PROJECT 55245 HIGHWAY 121 CROFTON NE
Zip Code: 68730
 
Record
SN02198212-W 20100709/100707234941-8cd6acd8a1e3aeb1d7e759d2871f80c6 (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.