Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
MODIFICATION

39 -- 130-Ton Intake Gantry Crane, Little Goose Dam - Amendment 1

Notice Date
12/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-12-R-0005
 
Response Due
12/20/2011
 
Archive Date
3/31/2012
 
Point of Contact
Jani C Long, Phone: 509-527-7209
 
E-Mail Address
jani.c.long@usace.army.mil
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 The work shall consist of providing one (1) new 130-ton intake gantry crane to be erected on the Powerhouse intake and spillway deck at Little Goose Dam. The new 130-ton intake gantry crane will require the Contractor to have experience primarily in designing and manufacturing new heavy duty, specialized cranes of this size and complexity, with on-site installation and load testing required. The new crane shall run on the existing rails on new gantry trucks. The gantry crane shall have a trolley with a main hoist, an outside actuating hoist and an inside actuating hoist. The machinery shall have covers. An operator's cab and remote shall be provided to operate the crane. The crane controls shall be a VFD system. The crane will have the latest technology for the communication, load indication and CCTV systems. The primary power source for the Little Goose crane shall be supplied through a motor driven cable reel, however a diesel generator set shall also be provided. The crane will be a turn-key project from design to installation and manufactured from one responsible source normally in the business of providing cranes similar to the size and complexity of this 130-ton crane. The new gantry crane will provide approximately 179 feet of total lift and stand about 72 feet in height above the embedded rails, with operator control of crane motions accomplished by control switches located on the consoles of the operator's chair, pendant stations, and the radio transmitter. The new gantry structure will be integrated into the complete design package. The Contractor shall engineer and design all new components of the system and submit computations and drawings for approval. The mechanical and structural design engineers for all calculations and drawings shall be registered professional engineers, and the Contractor will be the Designer of Record. The intake gantry crane main features shall be shop assembled, inspected and tested to verify that it meets all requirements before shipping to the site. The intake crane will be erected, inspected, tested and certified at the rated capacity. Personnel training will be conducted by the Contractor. After the new crane is accepted, the existing crane shall be removed from the site and disposed of in a legal manner. The paint system on the existing crane and lifting beam has a primer containing red lead. The existing crane will also be assumed to have asbestos in the electrical wiring, on the brakes and in the cab wall panels. All lead and asbestos abatement, containment and disposal incidental to on-site demolition activities shall be incidental to the job. Solicitation No. W912EF-12-R-0005 will be posted to the FBO website on or about November 18, 2011. The solicitation is a Request for Proposal. The successful offeror will be selected through the Best Value Tradeoff source selection method. The evaluation factors are as follows: Factor 1: Design Experience Factor 2: Manufacturing Experience Factor 3: Past Performance Factor 4: Small Business Participation Factor 5: Price Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to jani.c.long@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. NAICS code for this project is 333923, and the small business size standard is 500 employees. Solicitation is open to both large and small business concerns. 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/W912EF-12-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02635608-W 20111210/111208233951-966dc3e850d7437dafd017193724336a (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.