Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

Z -- O/A 15 May 2012, this office will issue Invitations for Bid for construction of the Intake Structure Louver Rehabilitate and Gate Hoist PLC Install, Fort Randall Dam, SD. The solicitation will close on or about 14 June 2012.

Notice Date
5/1/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F12B0021
 
Response Due
6/14/2012
 
Archive Date
8/13/2012
 
Point of Contact
Rachelle Hairston, 402-995-2045
 
E-Mail Address
USACE District, Omaha
(rachelle.e.hairston@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is RESTRICTED TO SMALL BUSINESS PARTICIPATION. Contractors interested in inspecting the site of the proposed work should contact the Russ Kieffer, U.S. Army Corps of Engineers, Fort Randall Project, Telephone: (605)487-7845 x3006 or email at Russell.P.Kieffer@usace.army.mil. Contractors are welcome to make a site visit appointment for the times of 12 noon to 2:00 pm Monday thru Thursday, during the advertisement period of the project. DO NOT submit requests for plans and specifications to the site visit personnel listed above. See 'Obtaining Solicitation Documents' below. _______________________________________________________________________________ Project Description: (Approx. quantities) Omaha District will issue a construction contract for the purpose of completing four work efforts. One of the four work efforts consist of replacing (8) intake push button gate hoist controllers with (4) Programmable Logic Controllers (PLC's) for (8) gates within the (4) flood control towers. The first work effort consists of replacing eight (8) existing flood tunnel intake gate hoist controllers with programmable logic controller (PLC) based controllers that are designed to be controlled locally at HMI (human-machine interface) touch panels and integrated with the local power plant control system (PPCS) for remote operation. There are four flood tunnels with two gates and gate hoists per tunnel. Each of eight hoist controllers shall be replaced. One PLC shall be installed in each of the four towers, and each PLC shall interact with both hoist controllers in its respective tower. Each hoist control cabinet shall have an HMI touch panel on the front of its cabinet; the HMI touch panel will allow for control of only the hoist controller to which it is attached. Each PLC shall have surge suppression, power conditioning (PCU), and uninterruptible power supply (UPS) battery backup, which shall also supply power to the HMI touch panels and absolute encoder modules (two per PLC, one per hoist). A second work effort is replacing (8) manually operated dampers with (8) new motorized dampers in the (4) flood control tower shaft ventilation system louvers. New controls for louver actuators shall also be provided and integrated with the respective PLCs. Contractor shall ensure the encoder that is mounted on hoist shaft shall have a minimum accuracy of 1/8". The shaft makes 3 revolutions for every foot of gate travel. Total gate travel is 128 feet. Existing limit switches to remain property of the government and are not to be removed after disconnecting relays from existing control cabinet. Existing control cabinets are to be removed. The third work effort consists of repairing concrete cracking and spalling at (18) intake structure curtain wall bearing support locations along with (1) similar walkway repair. The intake structure is equipped with "connecting beams" and "curtain walls" between towers. The connecting beams are structural elements that rigidly connect the tops of the towers, and curtain walls are architectural elements that give a uniform appearance to the structure where connecting beams are not included. There are a total of 10 curtain walls, with 5 on the upstream side of the intake structure and 5 on the downstream side. The curtain walls are cracking and spalling at their bearings, and all twenty bearings will be repaired under this contract. Repairs consist of removing unsound concrete, applying mortar to return the walls to as-built dimensions, and sealing cracks by injecting epoxy. There is also one walkway connected to a curtain wall that is spalling at one end and will require repair by removing unsound concrete and applying mortar to return it to as-built dimensions. The fourth work effort consists of placing upstream and downstream drain pipe extensions on (10) of the (12) intake structure towers. Drainage from pipes above the curtain walls is contributing to the concrete deterioration. To keep water away from the curtain wall bearings, outfalls of twenty drain pipes will be extended under this contract. The estimated construction cost of this project is between$1,000,000 and $2,500,000. _______________________________________________________________________________ The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 180 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database https://www.bpn.gov/ccr/default.aspx and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at https://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 1.Use the 'Quick Search' to locate the project (by entering the solicitation number) or use the advanced search features offered in the 'Find Opportunities' (large arrow in the middle of the page) or use the 'Opportunities' tab followed by the 'Advanced Search' tab. 2.By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3.Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading 'All Files' or from the 'Packages' tab. 4.If you want other vendors, sub-contractors or contractors to contact you, click on the 'Interested Vendors' tab and then 'Add me to Interested Vendors' link at the bottom of the page. Questions regarding contractual matters should be made to: Rachelle Hairston 402 995 2045. Telephone calls regarding Small Business matters should be made to: 402 995 2910. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: 402-995-2453 or Specification Section at: 402-995 2184. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C 1616 Capitol Avenue Omaha, NE 68102 4901
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12B0021/listing.html)
 
Record
SN02735488-W 20120503/120501235304-286398b797e066673be0246d0532666f (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.