Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

W -- PENSTOCK INTERIOR WORK PLATFORM, UNIT 11 FOR CHIEF JOSEPH DAM

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-12-Q-0029
 
Response Due
4/25/2012
 
Archive Date
6/24/2012
 
Point of Contact
Darrell S. Resendez, 2067646691
 
E-Mail Address
USACE District, Seattle
(darrell.s.resendez@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PENSTOCK INTERIOR WORK PLATFORM, UNIT 11 FOR CHIEF JOSEPH DAM SPECIFICATIONS: The work platform shall conform to the following requirements. 1.0 Description of work Supply and install a work platform and work lighting for temporary use. The work area is the interior of a 25ft diameter penstock from the horizontal position at the base of the incline up the slope (approximately 45o) to the expansion joint, a distance of approximately 160ft. 2.0 Work Dates and Work Hours A work day is based on the projects work schedule of 4 days a week, 10 hours a day. 1. Unit 11 is tentatively scheduled for outage starting 7 May 2012 and finishing 8 June 2012. 2. The contractor will have six working days (tentatively 9 to 17 May) to erect and prepare the work platform and lighting for use. 3. The contractor will have five working days to disassemble the work platform and clean up the work site, tentatively 29 May to 5 June. 4. A pre-work meeting will be held to discuss procedural and administrative requirements for this project. 2.1 Normal Work Hours Normal work hours at the Project are 7:00 a.m. to 5:30 p.m. daily, Monday through Thursday, excluding holidays. The Contractor is expected to work within these hours, or as coordinated with and approved by the Project Representative. 3.0 Work Platform Requirements All construction activities shall be conducted in strict compliance with the Corps of Engineers Safety and Health Requirements Manual EM 385-1-1(2008), and Occupational Safety and Health Administration regulations, as applicable. The manual is available on line at: http://140.194.76.129/publications/eng-manuals/em385-1-1/2008_English/toc.html. The most relevant codes are listed. 1. OSHA, Part 1926, Subpart M 2. Army Regulation EM 385-1-1, Section 11 - Electrical 3. Army Regulation EM 385-1-1, Section 15 - Rigging 4. Army Regulation EM 385-1-1, Section 22 - Work Platforms 5. Army Regulation EM 385-1-1, Section 7 - Lighting 3.1 Work Access Requirements The interior work platform shall allow safe access to the points listed here and marked on attached reference drawings CJP-2-5-0/1, 207823, 207824 and 7500CT0186-11. The points that are needed are 4 upper and 4 lower pressure-time taps, 4 Net Head taps, 5 Winter-Kennedy taps and 16 acoustic transducers as marked on the drawings. Toe boards are required on all work platforms. 3.2 Penstock Coating The penstock interior surface corrosion protection is coal tar. All reasonable efforts should be taken to avoid damaging the coal tar. Any damage done to the coal tar coating when erecting, dismantling or through the use of the work platform, needs to be repaired by the contractor. The damaged areas need to be clean and free from loose material before recoating. If the metal of the penstock is exposed then any surface rust needs to be removed before recoating. 4.0 Safe Clearance Procedures A safe clearance system for the control of hazardous energy (lockout/tagout) is used by Project personnel to ensure continuity of service and safety to personnel and equipment. The Chief Joseph Dam Project will require a clearance to protect either Project equipment or employees from the release of hazardous energy. Any work performed which requires taking Project operating equipment out of service shall be done only after the approved clearance holder obtains a formal clearance. All work in the area of generating unit's transmission lines or overhead exposed power lines shall be subject to the Chief Joseph Dam Safe Clearance Procedures and Requirements. The Government will control and perform all shutdown of generating units, transmission equipment and overhead power lines affected by the work of this contract. Control of hazardous energy and safe clearance procedures shall be in accordance with EM 385-1-1. Contractor personnel shall not violate clearance procedures. Any violation of safe clearance procedures will be grounds for requesting the removal of the offender(s) from the project site. 4.1 Penstock access The scroll case and penstock is a non-permit required confined space. The scroll case entry is controlled by safe clearance procedures and requirements. Access to the scroll case is by way of a 36" x 24" door on the 763 gallery. Access to the 763 gallery is by personnel elevator and stair wells. 5.0 Contractor Supplied 1. Power cables 2. Lighting 3. Scaffolding 6.0 Government Supplied 1. Crane operators for powerhouse bridge cranes 2. 480V power to the scroll case 3. Coal tar for coating repair 7.0 General Access Requirements Access to the powerhouse and dam structures will be controlled at an entrance security station. Incoming traffic will be restricted from entering the controlled area until proper identification is provided. All personnel entering this area will be required to pickup their Contractor badge and sign in/out at the security station. Access other than established working hours will require prior approval by the Project Representative. The government may search any vehicle or personnel passing through the security station for prohibited items including, but not limited to weapons, incendiary devices, bombs, and ammunition. Access to the powerhouse is controlled by proximity cards and for this short duration contract proximity cards will not be issued to the contractor. The contractor will be escorted for entrance into the powerhouse. 7.1 Contractor Employees All contractor employees that will be on site will be required to submit the following a minimum of two weeks before the start of site work; full name, photo copy of driver license (or other government issued photo ID). The Contractor employees shall submit either a state issued ID card or driver's license to the Project Representative upon first arrival to the site. If an employee cannot be positively identified they will not be admitted to the site. A Project visitor badge will be provided on site by the Government before the employee will be allowed to enter the powerhouse and dam structures. This may take as long as 2 hours. This identification must be returned to the Project Representative when the work is complete or when the individual departs from the Project. This visitor badge will be prominently displayed, on his person, at all times when the employees are on the worksite. 7.2 Contractor's Vehicles Contractor's vehicles shall only park in approved areas to be determined, by the Project Representative, upon first arrival on site for work. The quantity of these vehicles shall be limited to the bare minimum. These vehicles shall be labeled with the Contractor's company name. Magnetic signs are acceptable. 7.3 Contractor Employee Privately Owned Vehicles The parking of privately owned vehicles (POV's) of Contractor personnel is prohibited beyond the entrance to the powerhouse access road bridge (Foster Creek Bridge), and on the spillway/intake structures top deck. While work is being performed in or near these areas, Contractor personnel shall park their POV's outside the prohibited areas and be transported to work site by the Contractor's vehicles. 7.4 Material Deliveries for the Contractor All Material deliveries to the Project shall be coordinated with the Project Representative. All material being delivered to the work area, past the Guard House, will be thoroughly inspected. 8.0 Contractor Security The Corps of Engineers will not be responsible for providing security for Contractor-owned/controlled equipment, supplies, or materials. The Contractor shall provide all necessary security measures to protect equipment and material. FULL SOLICITATION INCLUDING SITE VISITATION INFORMATION AND REFERENCE DRAWINGS ARE AVAILABLE AS ADDITIONAL INFORMATION WITHIN THIS POSTING. Point of Contact for this action is: Darrell S. Resendez Contract Specialist Voice: 206-764-6691 Fax: 206-764-6817 Email: darrell.s.resendez@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-12-Q-0029/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02719695-W 20120413/120411235536-497424098c4e548d3709e81192535973 (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.