Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
MODIFICATION

Z -- Lower Monumental Navigation Lock Downstream Gate Hoist Machinery Upgrades

Notice Date
8/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-15-R-0048
 
Response Due
9/17/2015
 
Archive Date
12/31/2015
 
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
The work described herein involves the replacement/upgrade of the navigation lock downstream gate hoist mechanical machinery and the associated electrical and control equipment, and the rehabilitation of the gate hoist friction sheaves. Mechanical upgrades consist of the hoist drive components required to operate the gate, the overhead service crane in each machinery room, and the mechanical aspects of limits and controls for gate operation. Furnish and install the following items for the hoist drives in each machinery room: new pinion gears, pinion shafts, pinion bearings, couplings, and brakes. In addition, install new Government-furnished gearboxes. Install new bearings for the friction sheaves in each machinery room. In order to replace the friction sheave bearings, the contractor must have technical experience, labor, and physical plant required for jacking and shoring of the existing 18 foot diameter friction sheaves that weigh approximately 112,000 pounds each. Upon completion of the bearing replacement, the contractor will be responsible for precise alignment of the friction sheave bearings and the alignment of open gear contact between the new pinion gears and the existing friction sheave ring gears. The contractor will be responsible for gate hoist wire rope load balancing that will require the services of a qualified engineer with a minimum of three years experience with load cells and load monitoring equipment to ensure the loads are evenly distributed across all hoist wire ropes at the completion of the work. The overhead service cranes in each machinery room will be replaced with commercially-available five ton rated electric wire rope hoists. New overhead cranes shall be single-girder top running bridge-type furnished with pendant style pushbutton remote control and wall-mounted pushbutton control station. Structural upgrades consist of rehabilitation and weld repair of the downstream gate hoist friction sheaves, fabrication and installation of new machinery supports and pedestals, fabrication and installation of new work platforms, gratings, handrails, guardrails, ladders, and ladder cages, and structural modifications to the existing overhead service crane corbels. All weld repair performed on the gate hoist friction sheaves must conform to American Welding Society (AWS) D1.5 - Bridge Welding Code requirements. Accordingly, contractor welders shall pass the qualification tests prescribed by AWS D1.5 prior to performing work on this contract. Develop welding procedures in accordance with AWS D1.5 and provide the services of AWS D1.5 certified welding inspectors to conduct required non-destructive testing of new and repaired welds on the gate hoist friction sheaves. Structural modifications to the existing overhead service crane corbels consist of the installation of an adhesive anchor system to increase the load capacity of the corbels from 5,000 pounds to 7,000 pounds. Evaluate concrete drilling locations for the presence of existing reinforcing steel with Ground Penetrating Radar or an approved equivalent method. Electrical upgrades consist of replacement of the machinery room motor control centers and power supply wiring and circuit breakers, installation of new variable frequency drive (VFD) equipped motors, new main power disconnects, new power distribution blocks, new VFD's, new control voltage transformers, new dynamic brake resistors, new programmable logic controllers (PLC), new network switches, new fiber optic panels, and new control relays. New PLC installations require the contractor to provide PLC program development, licensed software packages, shop testing, and operator field tests. New VFD installations require specified hardware, programming software, onsite installation supervision by the VFD manufacturer, VFD test plans, and execution of performance verification tests. New control panel, graphic panel, and equipment panel installations require specified hardware to be verified through Government-witnessed shop testing prior to delivery to the work site. A critical element of the project involves complex sequencing and coordination of commissioning and cut-over of new equipment and systems, and highly technical interfaces between new and old systems. The Contractor must demonstrate experience and qualifications necessary to manage challenging Quality Control and Commissioning programs for both factory and on-site testing requirements. The project involves the procurement of complex electrical and control equipment with long lead times. Complete on-site work in close coordination with the Government lock and dam facility, and minimize outages and disruptions to operations. Provide on-site customer operations and maintenance training by authorized representatives of the new equipment manufacturers. Miscellaneous elements of the contract include RCRA 8 metal based paint and asbestos containing material (ACM) removal and disposal from existing equipment. The construction magnitude is estimated between $1,000,000 and $5,000,000. 100% performance and payment bonds will be required. NAICS code for this project is 237990, and the small business size standard is $36,500,000 average annual receipts. Solicitation No. W912EF-15-R-0048 will be posted to the FBO website on or about August 4, 2015. Solicitation is open to small business concerns only. The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. 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. When available, the solicitation documents for this project will be accessible 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 quote mark Add Me To Interested Vendors quote mark button in the listing for this solicitation on FedBizOpps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-0048/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN03861323-W 20150830/150828235253-962d610305ef4a406a36ac2a638c976c (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.