Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2009 FBO #2615
SOURCES SOUGHT

Z -- Intake Gantry Crane Rehabilitation, Lower Granite Lock and Dam

Notice Date
1/21/2009
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-09-R-SS10
 
Response Due
2/2/2009
 
Archive Date
4/3/2009
 
Point of Contact
Jani Long, 509-527-7209<br />
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled, Lower Granite Intake Gantry Crane Rehabilitation. This will be a firm-fixed-price contract. Construction magnitude is between $1,000,000 and $5,000,000. The period of performance is 300 calendar days. A bid bond of 20% or $3,000,000, whichever is less, will be required. 100% Performance and payment bonds will be required. The following mechanical work shall be completed: the trolley shall be replaced in its entirety, including but not limited to: trolley structure, floor plate, trolley drive, main hoist gear train, and two new actuating hoists shall be added. New wire rope and a new cab shall be provided. The gantry motors, brakes, bearings, speed reducers, and open gears shall be removed and replaced. The Contractor shall engineer and design all new components of the system for a 115 ton rated crane to include computations and drawings. The following electrical work shall be completed: remove all electrical equipment and wiring. Design, fabricate, factory test, and furnish and install new operator control stations and all associated electrical equipment systems. Perform arc flash analysis on new installed control equipment, 120 volt and 480 volt panels. The equipment and associated systems include a diesel engine driven generator set, motors, brakes, limit switches, complete control systems with cab and radio control, conduit, wiring, and auxiliary devices required to replace and enhance the cranes electrical power, lighting, and control systems. All calculations and drawings shall be designed by a registered professional engineer. The crane may have lead paint and asbestos abatement. Portions of the crane will require new paint. An authorized representative shall be responsible for the preparation of the schedule and all required updating (activity status) and preparation of reports. The authorized representative shall have previously developed, created, and maintained at least three (3) electronic schedules for projects similar in nature and complexity to this project and shall be experienced in the use of the scheduling software. A Site Safety and Health Officer (SSHO) shall be provided at the work site at all times to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor. The Contractor Quality Control (QC) person cannot be the SSHO on this project, even though the QC has safety inspection responsibilities as part of the QC duties. The SSHO shall have a minimum of three (3) years safety work on similar project, a 30-hour OSHA construction safety class or equivalent within last 3 years, and Competent Person Training as needed. The Government will use the Resident Management System for Windows (RMS) to assist in its monitoring and administration of this contract. The Contractor shall use the Government-furnished Construction Contractor Module of RMS, referred to as QCS, to record, maintain, and submit various information throughout the contract period. This joint Government-Contractor use of RMS and QCS will facilitate electronic exchange of information and overall management of the contract. QCS provides the means for the Contractor to input, track, and electronically share information with the Government in the following areas: a. Administration b. Finances c. Quality control d. Submittal monitoring e. Scheduling f. Import/export of data The Contractor shall be responsible for quality control and shall establish and maintain an effective quality control system. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product that complies with the contract requirements. The system shall cover all on-site construction operations and shall be keyed to the proposed construction sequence. The Contractor shall utilize established in-house quality control procedures to assure full compliance with all off-site work. The Contractor shall submit daily reports for all on-site work and for all off-site work. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, which can be found online at http://www.hq.usace.army.mil. At the Headquarters homepage, select Safety and Occupational Health. This sources-sought announcement is a tool to identify small business concerns with the qualifications to accomplish the work. Only those firms who respond to this announcement by submitting a statement of their current or past technical experience and current or past performance similar to or the same as the requirements stated above, will be used in the determination whether to set aside this requirement for small business. Include bonding capacity and a statement indicating the size of your business to Jani Long, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or email responses to jani.c.long@usace.army.mil. Your response to this notice must be received on or before close of business on February 2, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d75992f4d9b3ee610875283fb37e5952&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01735355-W 20090123/090121215048-d75992f4d9b3ee610875283fb37e5952 (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.