Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2008 FBO #2456
SOLICITATION NOTICE

36 -- This is a combined synopsis/solicitation for replacement of anodes in the Smithville Lake, MO Control Tower Intake Structure. Specifications follow as text below. Specs and drawings can be obtained by contacting cynthia.a.clark@usace.army.mil

Notice Date
8/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, 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-08-T-0084
 
Response Due
8/29/2008
 
Archive Date
10/28/2008
 
Point of Contact
Cynthia Clark, (816) 389-3009<br />
 
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. The U.S. Army Corps of Engineers, Kansas City District Operations Division, intends to issue a contract for replacement of anodes at Smithville Lake, Missouri. Any contract resulting will be firm-fixed price, with NAICS code #332312, small business size standard 500 employees, and 100% set aside for small business. TO OBTAIN INFORMATION: Specifications (part 1 only) follow below. In addition, entire specifications (parts 1, 2, 3, and 4); drawings; blank submittal form; OSHA website information; and applicable Service Contract Act wage rates may all be obtained free of charge from cynthia.a.clark@usace.army.mil or 816-389-3009. Contractual questions should be submitted to cynthia.a.clark@usace.army.mil or 816-389-3009. Technical questions should be submitted to michael.g.scott@usace.army.mil or 816-389-3639. A site visit may be scheduled by contacting bruce.k.clark@usace.army.mil or 816-389-3943 or 816-532-0174 (or 0175). TO QUOTE: At a minimum, responsible sources shall provide the following by bids due date: - Company Name, Address, Telephone Number, Federal tax ID #, and Duns # - Complete and return the bid schedule, below: BID SCHEDULE: #1) Mobilization and Demobilization (bid as lump sum): __________ #2) Provide and Install Anodes per specs (bid as lump sum): __________ BIDS DUE DATE: Responses to this solicitation are due by 4:00 pm CST on Friday August 29, 2008 at the Stockton Lake Project Office, 16435 East Stockton Lake Drive, Stockton, MO 65785. Quotes may be submitted in person, via delivery service or U.S. Mail, via facsimile to 417-276-3510, or via email to cynthia.a.clark@usace.army.mil. SPECIFICATIONS: PART 1 GENERAL The work covered in this section is outlined as a statement of work requirements common to all the work and the locations and items of work involved. Specific requirements for materials, processes, performance, quality and installation are provided under the technical sections of these specifications. The Government reserves the right to inspect the Contractors work at any time, whether the work is performed in the field or at the Contractor's shop. All work in this contract shall be completed within 120 days of notice to proceed. 1.1 Overview of Work. The following information is offered as a general overview of the work required. The water supply gate and gate slot are protected from corrosion by use of sacrificial anodes. See drawings O. & M.M. Plate NO. C120 and C121. A total of four anodes are used, two on each side of the gate slot. Each anode is approximately eight (8) feet in length, not including the length of grounding wire needed to ground each end of each rod. The anodes run in the vertical direction of the gate slot from approximate elevation of 808.6 to 824.0 (See drawing O. & M.M. Plate NO. C120). The contractor shall remove existing anode attachment hardware and anodes and install new. Contractor shall provide and deliver to the government 8 new spare anode rods and miscellaneous hardware as outlined herein. The spares shall be delivered to the maintenance building at Smithville Lake. An on-site inspection of the control tower, tower bridge, roadways, etc. by prospective bidders is STRONGLY recommended prior to submitting a bid. The government will not allow fieldwork in this contract to start until the stoplogs for the water supply gate have undergone an inspection and possible repairs have been made and are available for service at the control tower. The stoplog work is being performed under a separate contract. Work in this contract will follow the stoplog inspection and should start in late September or October 2008. These start dates are not firm. 1.2 Water Supply Gate, Setting Stop Logs and Dewatering. The water supply gate is used to regulate raw water to the treatment plant for the City of Smithville, Missouri. In order for work to be performed in this contract, the supply of raw water to the City of Smithville through the conduit will be shut off. The government will coordinate the outage for the water supply gate with the City of Smithville. The procedure used by the government to dewater the control structure and the water supply line is to set stop logs and open the hatch (Access Cover, see drawing O & M.M. Plate NO. C136) in the water supply line (near end of conduit). This procedure takes approximately 24 hours for the tower and water line to become dewatered. Note: All leakage past the stop logs will enter the water supply line and be exiting the line at the hatch (Access Cover) and running onto the floor of the conduit. In recent times, the leakage past the stop logs has been estimated at about one (1) cubic feet per second (CFS). The government will set/remove all stop logs and secure the access cover for the supply line located near the end of the conduit. The water supply gate is operated by the hydraulic system located within the control tower. The government will position the water supply gate as required for replacement of the anodes. In general, the gate will be in the full open position for replacement of the lower anodes and about two to four inches from the full closed position for replacement of the upper anodes. Due to the amount of leakage past the stop logs, it is recommended that the contractor place short sections of 2X4s or 4X4s under the bottom sealing edge of the gate and allow the gate to rest on the wood blocks when in the lowered position. This would allow any stop log leakage to pass underneath the gate during execution of the work. The government will have portable radios available for use by the contractor to help coordinate positioning of the gate. Coordination and communication between the contractor and the government is of paramount importance for work in this contract. Every effort shall be made by the contractor and the government to minimize the time the conduit is offline. Work shall also be pursued by the contractor at a time when water demand is low. The government will notify the contractor when the intake structure and water line have been dewatered. The contractor shall be prepared to start work within 24 hours of notification that the conduit has been dewatered. 1.3 Work Schedule and Coordination. Following is the anticipated work schedule for work in this contract: A.The government will notify the contractor one to two weeks prior to the outage required for shutdown of the raw water supply line. B.The government will set stop logs and open the water line access cover in the conduit on a Monday morning. Dewatering will take about 24 hours. C.The contractor will be given a 12 hour window to start and complete all work within the intake structure relative to removal and installation of anodes. The 12 hour window will fall between the hours of 6:00 A.M. and 7:00 P.M. on the day the work is accomplished. D.Depending on site conditions, the contractor should anticipate accomplishing all work on either a Tuesday, Wednesday or Thursday of the week scheduled for the outage. The exact day will be coordinated between the government and the contractor. E.The government will pull stop logs and water up the supply line no later than Friday, 2:00 P.M. of the outage week scheduled. The government will schedule the outage during a low water demand period based on information provided by the City of Smithville. In general, the low water demand periods are spring and fall seasonal periods. The government will give the contractor as much advance notice as possible concerning the outage in order to minimize the impacts to the City of Smithville and maximize the work activities of the contractor. 1.4Anode Replacement and Hardware. A total of four anodes are used, two on each side of the gate slot. Each anode is approximately eight (8) feet in length, not including the length of grounding wire needed to ground each end of each rod. NOTE: Extra length of anode is needed for each end of each segment to provide for grounding. ALL ROD ANODE SEGMENTS SHALL BE GROUNDED AT EACH (BOTH) END. The anodes run in the vertical direction of the gate slot from approximate elevation of 808.6 to 824.0 (See drawing O. & M.M. Plate NO. C120). The contractor shall remove existing anode attachment hardware and anodes and install new. Contractor shall provide and deliver to the government 8 new spare anode rods and miscellaneous hardware as outlined herein. The spares shall be delivered to the maintenance building at Smithville Lake. The contractor shall fabricate 16 anode clamp straps. The clamp straps are the 12 gauge X 1 inch wide (length to suit anode clamp assembly, (see O. & M.M. Plate NO. C120, ANODE DETAIL A) stainless steel pieces that wrap around and hold the anode in place. The ends of the clamp straps are bent around the nuts to lock the nuts in place. It is assumed that some of the existing clamp straps may be missing or broken. Any of the new clamp straps not used for this work will be spares and become the property of the government. The contractor shall fabricate 32 new rubber (50-80 durometer) isolators that wrap around the anode and isolate the anode from the anode clamp assembly (see O. & M.M. Plate NO. C120, ANODE DETAIL A). The rubber isolators are 1/8 inch thick, 1 inch wide and approximately 4.13 inch in length (4.13 inch length gives one complete wrap around the anode rod and the ends would butt together). It is assumed all of the existing rubber isolators are missing. Any new rubber isolators not used will be spares and become the property of the government. The contractor shall provide 64 new stainless steel 3/8 inch course thread nuts for assembling the clamp strap to the anode clamp assembly. Any unused nuts will be spares and become the property of the government. The contractor shall provide 16 new stainless steel 3/8 inch course thread X 1-1/2 inch long stainless steel studs (Mark number 279). Should any of the existing studs be missing or broken, the contractor shall replace with new. Any unused studs will be spares and become the property of the government. The contractor is responsible for removal of any broken studs. Removal may require drilling and use of an extraction tool followed by chasing of the threads. 1.5Magnesium Anodes. Anodes provided by contractor shall be Galvorod, DC-980 (1.315 inch nominal diameter) as supplied by Mesa Products (www.mesaproducts.com), Tulsa, Oklahoma (Telephone: 918-627-3188), or approved equal. Chemical composition of anode material shall be as supplied by Mesa Products or per ASTM B843, alloy H1A or H1B or H1C. The length of the magnesium anode material for each rod shall be approximately 8 feet in length (+0 inch, - 3 inch) and shall have an 8 inch (-0 inch, +1 inch) length of core grounding wire protruding from each end of each rod. The exact space for installation of the anodes is not known. Therefore, the contractor may have to remove additional magnesium anode material from the end(s) of the anodes in order to make them fit in the anode clamp assemblies within the gate slot. Whatever alterations are required on the anodes that are installed in the gate slot shall also be performed by the contractor on the spare anodes left with the Corps of Engineers. 1.6Portable Crane. The contractor may wish to use a portable crane (boom truck) for work in this contract. If a portable crane is used by the contractor for hoisting personnel into and out of the work space, a crane meeting OSHA requirements shall be provided by the contractor. 1.6.1OSHA Web Site Information. Information was obtained from the OSHA web site to inform the contractor of the capabilities required by the crane should a portable crane be used at the work site for hoisting personnel into and out of the work space. This data may be obtained by contacting Cindy Clark at 816-389-3009 or cynthia.a.clark@usace.army.mil. 1.7Access to Work Area. Access to the work area by the contractor can be accomplished by either entering the access cover (hatch) in the water supply line near the end of the conduit or by being lowered through the opening for the grating for the water supply gate located at elevation 869.25 (lower tower work deck, noted as Trash Fender Platform on drawing O. & M.M. Plate NO. C12, Section B). Entering through the access cover (hatch) for the water supply line will only be allowed for replacement of the lower anodes (water supply gate would be in the full open position for this work). For replacement of the upper anodes (water supply gate almost fully closed), the contractor must enter and exit the work area from the opening in the tower deck (el. 869.25). The contractor shall take note of the orientation of the opening for the gratings at elevation 869.25 for the water supply gate (see drawing O. & M.M. Plate NO. C12, Section B). The water supply gate is shown in its installed position (viewed looking downstream) in Section B. Note that the opening in the tower deck (elevation 869.25 to 866.25) for this gate is 90 degrees out of phase with the gates installed position. For the gate to have been installed into its slot, the gate must be lowered through the opening at elevation 869.25 into the area dimensioned as 12-0 inches (elevation from 866.25 to 854.25, See Section B), rotated 90 degrees in order to align the gate with the gate slot and then lowered into position. Also note in Section A, drawing O. & M.M. Plate NO. C12, there is a square grating (tower opening at elevation 869.25, (4 X 4) adjoining the grating for the water supply gate (shown in Section A, immediately upstream and adjacent to the water supply opening) which must be removed in order to pass the gate through the tower deck. See drawing O. & M.M. Plate NO. C93, Frame TFP-2 and Sections B and C for details of these openings. Note: there are three separate gratings that cover this opening. One is the grating for the 4 X 4 opening and the other two gratings are for the remainder of the opening (See drawing O. & M.M. Plate NO. C94, TFP-2 Gratings (TFP-2A, TFP-2B and TFP-2C)). This 4 X 4 opening could be used for passing tools, equipment, scaffolding, personnel, etc. down to the work area. The line of sight for the 4 X 4 opening is such that a portable crane (boom truck) placed on the tower service deck elevation of 895.00 could be used for passing equipment into the work area for anode replacement. Due to the overhang of the deck where the hydraulic cylinder is located for the water supply gate (See drawing O. & M.M. Plate NO. C12, Section A and B), there is not a direct line of sight for the use of a boom truck using the remaining opening for the water supply gate to properly allow transfer of tools, personnel, etc. The Corps of Engineers has designated the intake structure (i.e. work area for replacement of anodes) as a confined space permit required work area. The contractor shall comply with all criteria for working in a confined space permit required work area. 1.8SITE SAFETY AND HEALTH PROVISIONS 1.8.1General The Contractor shall develop all required safety and health plans and procedures consistent with 29 CFR 1910, 29 CFR 1926, EM 385-1-1 and provisions of these specifications. The criteria included in EM 385-1-1, Section 1, Program Management shall be followed by the Contractor when preparing the Accident Prevention Plan. The plan, as a minimum shall include each of the topic areas listed but may include other safety and health criteria as deemed necessary. Separate payment will not be made for providing an Accident Prevention Plan and all costs associated therewith shall be included in the applicable unit prices or lump sum prices contained in the Bid Schedule. 1.8.2Activity Hazard Analysis Procedures. The Contractor shall develop Activities Hazard Analysis Procedures as part of the Accident Prevention Plan. The procedures shall define how the Contractor will implement the Activity Hazard Analysis in accordance with the criteria in EM 385-1-1 and as further described: a. In accordance with the requirements of EM 385-1-1, the Contractor shall, prior to the beginning of each major phase of work, prepare an Activity Hazard Analysis for that phase of work. This analysis shall address the hazards for each activity to be performed in that work phase and shall have detailed procedures and safeguards necessary to eliminate the hazards or reduce the risks to an acceptable level. b. The Contractor shall develop this analysis to identify the sequence of work, the specific safety and health hazards anticipated, and the control measures to be implemented to minimize or eliminate each health hazard. The Activity Hazard Analysis shall be job specific and shall address the following major points: (1) Activity being performed (i.e., identifying major phase). (2) Sequence of work. (3) Hazards to be controlled. (4)Control measure(s) to mitigate the hazards. c. A work phase in the analysis is defined as a major operation involving a type of work that presents hazards that must be abated or controlled and that have not been experienced in previous operations, or when a new subcontractor or work crew is to perform the work. Two work phases that the contractor shall include are: 1) access into and out of the intake structure and 2) set up for removal and installation of the anodes in the gate slots. (for example, will the contractor be working from a ladder or scaffolding for replacement of the upper anodes, etc.?) d. The analysis for each major phase of work will be discussed by the Contractor and the Contracting Officer's authorized representative (COR). Work shall not proceed on that phase until the Contractor's Activity Hazardous Analysis Procedures have been accepted by the COR. 1.9. Confined Space Requirements. The Corps of Engineers defines the control tower intake structure as a confined space, permit required work area when working in and around the gates. The contractor shall follow and comply with all OSHA and Corps of Engineers (Safety and Health Requirements Manual, EM 385-1-1, current version) requirements for a confined space, permit required work area. A submittal will be required (for approval by the government) for this phase of the work. The contractor shall note in the required submittal for Confined Space Procedures the equipment to be used (i.e. air monitor, safety harness, tripod (if used), standby personnel, etc.), certificates of training for personnel entering the confined space and method of communication for personnel working within the confined space. This list is not all inclusive of the submittal information required. NOTE: Remaining parts of specifications - Part 2 (Submittals), Part 3 (Products), and Part 4 (Execution) - may be obtained free from cynthia.a.clark@usace.army.mil or 816-389-3009. CLAUSES: The following FAR provisions and clauses apply to this synopsis/solicitation and are incorporated by reference: 52.212-1, Instructions to Offerors 52.212-3, Offeror Representations and Certification 52.212-4, Contract Terms and Conditions 52.212-5, Contract Terms and Conditions Required, in which the following are selected: 52.219- 6; 52.219-26; 52.225-3; 52.232-34. 52.217-8, Option to Extend Services 52.217-9, Option to Extend Term of Contract 52.228-5, InsuranceWork on a Government Installation 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Act 52.222-42, Statement of Equivalent Rates 52.232-18, Availability of Funds 52.232-33, Payment by EFT, CCR Registration 52.236-4035, US Army Corps of Engineers Safety & Health Requirements Manual EM 385-1-1 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.212-7001 Contract Terms and Conditions, 252.204-7004 Required CCR Registration. The offer acknowledges the requirement that the prospective awardee must be registered in the Central Contractor Registration database and online Representation and Certification Application (ORCA) prior to award. The contractor shall furnish proof of insurance in the form of a copy of the insurance policy or binder issued by the insurer prior to beginning performance.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f791baa26a4d6df3f26a56a73464bf07&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Smithville Lake Project 16311 DD Hwy N., PO Box 428 Smithville MO<br />
Zip Code: 64089-0428<br />
 
Record
SN01641931-W 20080817/080815224535-f791baa26a4d6df3f26a56a73464bf07 (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.