Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

28 -- Remove, Supply, and Install New Tubing for Thrust Bearing Oil Coolers at The John Day Dam in Rufus, Oregon.

Notice Date
9/9/2010
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-10-Q-0103
 
Response Due
9/24/2010
 
Archive Date
11/23/2010
 
Point of Contact
Kathryn Newhouse, 503-808-4620
 
E-Mail Address
USACE District, Portland
(kathryn.a.newhouse@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Portland District is getting ready to advertise a Total 100% Small Business Set-Aside FFP solicitation for the John Day Dam located in Rufus Oregon. The contractor will be removing the existing tubing, replacing the existing tubes with new tubes off site, and install the new tubes. This will be a base plus three option year supply contract with one set of tubing to be procured in the base year with the option of four additional cooler tubing replacements during that year, then 3 replacements per each out year in FY 12-14. For the optional 13 sets, the contractor will be responsible for constructing the frames which are fabricated from steel tubing per each optional set to be procured. Drawings will need to be made for the first set of frames. We have one frame available currently. Each cooler is comprised of two semi circular halves. Each half is constructed of a frame supporting 24 finned tubes with a supply/discharge manifold on one end and a return header on the other end. All tubing, with cooling fins, must be replaced due to wall thinning and leakage caused by wear and/or corrosion. The replacement tubing shall be made of 90/10 CuNi with a minimum wall thickness of 0.049in (existing) to a maximum of 0.065 inch. Tubing OD shall be 1.00 inch. The tubes are 2 different lengths and radii of 12 tubes each (for each half). Approximate lengths are: inner 17 feet 1-3/8 inch and outer 17ft 9-5/8in. Approximate radii to tube centerline are: inner 6 feet 3 inch and outer 6 feet 6 inch. The tubing shall be finned, with eight 7 to 9 fins per inch. The fins shall be copper or aluminum and shall be soldered to the tubes, or extruded 'L' shaped fins that are spiral wound on the tubing under tension. The fin outside diameter shall be 1.875 inch to 2.00 inch. Fin thickness shall be a minimum of 0.012 inch to a maximum of 0.016 inch. Damage to the fins, such as bending and separation from the tubing, may occur when the tubes are threaded into the frame. Not more than 1% noticeable fin damage is allowed in the finished cooler. Manufacturers specifications of the proposed finned tubing shall be submitted as part of the bid. A new gasket shall be installed on each head. The gasket shall be a semi-rigid non-asbestos type that is formulated for both oil and water service. The gasket shall be installed using Permatex #2 sealant. Gasket materials shall be trimmed flush with the periphery of the head and tube sheet. All damaged hardware shall be replaced with like materials. If replaced, the bolts shall meet ASTM A325, and washers shall meet ASTM F436. Replacement hardware shall be plated to resist corrosion. An anti-seize compound shall be used on all threaded connections. Each completed cooler shall receive a hydrostatic pressure test at 50 psi. This pressure must hold for a minimum of one hour. Written documentation of test shall be provided. This procurement should be available for download on or about 14 September 2010. If you are an interested vendor, please email Kathryn.A.Newhouse@usace.army.mil with your Company Name, DUNS number, Cage Code, Street Address city and state, and Point of Contacts name and phone number. If the email address is different from the email coorisponder, then a valid email address as well. The NAICS code is 811310 and the FSC code is 2895.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-10-Q-0103/listing.html)
 
Place of Performance
Address: USACE District, Portland Contracting Division (CECT-NWP-S, K. Newhouse), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN02274267-W 20100911/100909235251-9e75aa68f4f5c56ee940b95ed7daae55 (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.