Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOLICITATION NOTICE

47 -- REPLACE INTAKE GATE FLEXIBLE HOSES AT GAVINS POINT PROJECT. QUOTE DUE MAY 12, 2010 BY 3PM. POC CURTIS BISGARD 402-667-2565 OR CURTIS.A.BISGARD@USACE.ARMY.MIL

Notice Date
4/26/2010
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-10-Q-G020
 
Response Due
5/12/2010
 
Archive Date
7/11/2010
 
Point of Contact
MONICA DWYER, 402-667-7873
 
E-Mail Address
USACE District, Omaha
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REPLACE INTAKE GATE FLEXIBLE HOSES AT GAVINS POINT PROJECT. QUOTE DUE MAY 12, 2010 BY 3PM. POC CURTIS BISGARD 402-667-2565 OR CURTIS.A.BISGARD@USACE.ARMY.MIL INTAKE DECK HYDRAULIC HOSE REHAB U.S. ARMY CORPS OF ENGINEERS Gavins Point Power Plant Yankton, SD 1. General Description of Project. Contractor shall provide all materials, labor, and equipment to rehab 36 hydraulic hoses on the intake deck at the Gavins Point Powerplant near Yankton, SD. DUE TO THE UNUSUAL CIRCUMSTANCES OF THE PROJECT, A PRE-BID SITE VISIT IS STRONGLY ENCOURAGED. THE WORK CANNOT BE PERFORMED CONTINUOUSLY; THEREFORE MULTIPLE TRIPS TO THE POWERPLANT OVER A SEVERAL WEEK PERIOD MAY BE REQUIRED TO ACCOMPLISH THE WORK. Location of Powerplant is actually Cedar County, Nebraska. 2. Existing Equipment. See attached drawings and photos. 3. Scope of Work. This work involves replacing/rehabbing 4 hydraulic hoses on each of 9 hydraulic cylinders. The hydraulic hoses and fittings are 1-1/4 inch and shall be rated for 3000 psi. All materials shall be 304 stainless steel. The o-ring unions shall be 304 stainless steel Hart model 3332 or approved equal. Any welding required shall be performed by a certified pipe welder. All hydraulic hoses shall be exactly the same length and any differences in overall length shall be made up by varying the length of the nipple. Contractor shall conform to the lock-out/tag-out procedures of the US Army Corps of Engineers Hazardous Energy Program. Scheduling of work shall be coordinated through the Powerplant Superintendent. 4. Contract Drawings and Specifications: Omissions from these specifications or the misdescription of details of work which are manifestly necessary to carry out the intent of the specifications, or which are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work. They shall be performed as if fully and correctly set forth and described in the drawings and specifications. 5. Commencement, Prosecution, and Completion of Work: The Contractor will be required to commence work under this contract on the date of receipt by him of Notice to Proceed, to prosecute said work diligently and to complete the entire work within 90 days. The time stated for completion shall include final cleanup of the premises. The contractor will comply with government work hours, 6:00am - 4:30pm, Monday through Thursday, while working on the government site. 6. Approval of Materials: The USACE shall approve all materials needed before being used in subject contract. 7. Taxes Nebraska. 7.1. Nebraska Sales and Use Tax. Materials installed under this contract are not exempt and the tax must be included in the amount bid. Telephone: (402) 595-2065 (Department of Revenue-Omaha). 7.2. Excise Tax. There is an excise tax on the total gross receipts of all 8. Protection of Existing Facilities: Contractor shall be responsible for protection of the building from any damage that may occur to the building during the construction. Any damage done to the building due to the construction shall be repaired at the cost of the contractor. 9. Environmental Protection: In order to prevent, and to provide for abatement and control of, any environmental pollution arising from the construction activities in the performance of this contract, the Contractor and his sub contractors shall comply with all applicable federal, state and local laws and regulations concerning environmental pollution control and abatement. 10. Safety Requirements: The Contractor shall ensure that safe working practices are in accordance to the requirements of the US Army Corps of Engineers, Safety and Health Requirements Manual, EM 385 1 1, 15 Sept 2008. A copy of the above manual is available at the Gavins Point Project Office, Yankton, South Dakota. a. Prior to work being started, the contractor shall submit for approval, an Activity Hazard Analysis of all work that is to be performed. b. Ground Fault Circuit Interrupters: In accordance to the requirements of paragraph 11.D.05 of EM 385 1 1, ground fault circuit interrupters are required for all extension cord systems. c. First Aid and Medical: First aid facilities shall be made available on the job site. Arrangements for emergency medical attention shall be made prior to start of work. All emergency numbers (doctor, hospital, ambulance, fire department) shall be posted, or made available at the work site. 11. Housekeeping: Daily clean up of all debris and waste materials is required. 12. Debris Disposal: It shall be the contractors responsibility to properly dispose of any removed and un-needed items as well as any construction debris. The Corps reserves the right to keep any components as they see fit. 13. Warranty: Parts and on-site labor shall be warranted for one year for the rehabbed pumps. 14. Place of Performance. Work shall be accomplished on the intake deck of the Gavins Point Power Plant from date of acceptance. THERE ARE NO 220 VOLT OUTLETS AVAILABLE TO RUN WELDERS. Shipping Address: US Army Corps of Engineers Gavins Point Powerplant 55245 Highway 121 Crofton, NE 68730 Mailing Address: US Army Corps of Engineers Gavins Point Powerplant P.O. Box 710 Yankton, SD 57078-0710 POC: Curt Bisgard, Mechanical Engineer Phone: (402) 667-2565Fax: 402-667-2537 Alternate POC: Michael Welch, Powerplant Superintendent Phone: (402) 667-2510 15. Site Visit. Due to unusual site conditions, a site visit is strongly encouraged and can be arranged by contacting one of the above-mentioned individuals. 16. Best Value Bidding Information. Bidders shall be evaluated on a best value basis using the factors listed below. The first two factors, when combined, are considered to be more important than price. a. Experience in welding 3000 psi hydraulic piping. b. History of similar projects with the names and contact information of three references we can contact. c. Price Gavins Point Project Intake Deck Hydraulic Hose Rehab 1. Experience and certification in welding 3000 psi stainless steel hydraulic piping. Please provide information on a separate sheet. 2. History of similar projects with the names and contact information of three references we can contact. Please provide information on a separate sheet. 3. Price $______________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-Q-G020/listing.html)
 
Place of Performance
Address: USACE, GAVINS POINT PROJECT 55245 HIGHWAY 121 CROFTOIN NE
Zip Code: 68730
 
Record
SN02132643-W 20100428/100426235424-c0f9a2a62b1e237a75a18f6d56aa6229 (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.