Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOLICITATION NOTICE

39 -- Elevator Controls Update. Remove existing electro-mechanical relay-based, worm gear, traction-sheave type elevator system and install a new traction-sheave microprocessor-controlled system.

Notice Date
4/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-07-T-0073
 
Response Due
5/31/2007
 
Archive Date
7/30/2007
 
Small Business Set-Aside
N/A
 
Description
The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation to Update Elevator Controls located in the Harry S. Truman Power Plant, Warsaw, Missouri. The general scope of work includes, but is not limited to, all operatio ns required to furnishing all materials, equipment, and labor needed to completely remove existing electro-mechanical relay-based, worm gear, traction-sheave type elevator system and install a new traction-sheave microprocessor-controlled system. Removal o f existing elevator system includes eradicating controls, controller, hoisting equipment (motor, brake, sheave), governor and hoisting rope, car rollers, hoist way door closure guides, car door automated photocell system, lighting, emergency lighting, comm unications, hoist way/car indication lights and call switches, all leveling and limit switches/contacts, and related wiring/cabling. The contractor shall furnish and install a new microprocessor-based controller, 480Vac/3f/60Hz hoisting motor, variable fre quency drive specifically matched to the hoisting motor, centrifugal governor, hoisting rope, governor rope, car rollers, hoist way door closure guides, emergency lighting, photocell car door automation system, hoist way/car indication readouts and call pu shbuttons, and all contacts, switches, wiring (communications and power), and traveling cable in accordance with the specifications in the Scope of Work to follow. In essence, the work covered involves gutting the existing elevator system aside from the ca r, guide rails, and counterweight assembly and installing an entirely new microprocessor controlled traction-sheave elevator system around this framework. ASME Standard A17.1, Section 8.7, Alterations, shall be the basis for performing the elevator rehab/r eplacement work. At this time, the site may be visited. This solicitation will be issues as a Request for Proposals (RFP) which will result in the award of a single firm fixed price (FFP) service contract. The estimated performance period for completion of services is approximately 120 (One Hundred Twenty) calendar days from Notice to Proceed (NTP). FAR 5.207(a) (10) scheduled opening & closing. The solicitation will be available on or about 4 May 2007 and Proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Best Value Source Selection. The solicitation will include a detailed list of evaluation factors, including any sub factors or elements, and will provide instructions for proposal requirements and the basis for award. Any changes to evalu ation factors will be issued by amendment. FAR 5.207(c) (1) and FAR 5.205(f) (2): NAICS code The North American Industry Classification System (NAICS) Code for this project is 238290 SBA size standard of $13.0. THIS SOLICITATION WILL BE UNR ESTRICTED Therefore, this project is open to both large and small business and proposals for all responsible sources will be considered by the agency. New procedures being implemented for U.S. Army Corps of Engineer solicitations will require that all pote ntial offerors to include Prime Contractors, subcontractors, suppliers, plan rooms and printing companies register in CCR and FedTeDS in order to view or download solicitations. You can access the FedTeDS website from FedBizOpps by clicking on the link lab eled Technical Data Package, then in the next screen, clicking on the link labeled Available via the FedTeDS website. Interested parties can only access the solicitation, including any amendments, at the FedTeDS website, http://www.fedteds.gov. Vendors mus t be registered with FedTeDS in order to access solicitations posted there. Before you can register at FedTeDS, you must be registered in CCR (see below). If yo u need detailed instructions, go to the Kansas City District website at http://www.nwk.usace.army.mil/contract/contract.html and click on the link Registration Instructions. This link will explain the registration process and provide information on how to use the website. For assistance using the FedTeDS website, contact the Ogden Electronic Business Operations Support Team at 1-866-618-5988 (toll free). For this solicitation, Technical Point of Contact - Gregory Hutinger, Harry S. Truman Power Plant 660-438-7317 extension 3303. Contractual Point of Contact  Margie Slavens 660-438-7317 extension 3606.
 
Place of Performance
Address: US Army Engineer District, Kansas City, Harry S. Truman Power Plant 15968 Truman Road Warsaw MO
Zip Code: 65355
Country: US
 
Record
SN01276080-W 20070420/070418221316 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.