SOLICITATION NOTICE
59 -- Replacement of Electric Actuators for the Muddy Bayou Control Structure
- Notice Date
- 9/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333995
— Fluid Power Cylinder and Actuator Manufacturing
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-11-T-0031
- Response Due
- 9/20/2011
- Archive Date
- 11/19/2011
- Point of Contact
- Melinda Windham, 601-631-7063
- E-Mail Address
-
USACE District, Vicksburg
(melinda.windham@usace.army.mil)
- 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation Number W912EE-11-T-0031 is being issued as a Request for Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-53. The NAICS code for this procurement is 333995 with a size standard of 500 employees. This procurement is being competed as a 100% Small Business Set-Aside. This procurement may be quoted as follows: Line Item 0001, Product Description: Supply Replacement of Electric Operators and Pedestals; Quantity: 2; Unit: Lump Sum; Unit Price: $__________; Total Price: $__________. SCOPE OF WORK: 1.0. SCOPE OF WORK 1.1. The work defined by this specification consists of furnishing and delivering two EIM or equal replacement electric actuators, pedestals and accessories for the Muddy Bayou Control Structure in the Greenwood Area in West-Central Mississippi., in the vicinity of Vicksburg, MS. 1.2. Each unit consists of one EB-3 electric drive operator and two MSG-3A driven units with shaft connecting the two to raise a double rising stem gate. Each Armco roller gate is 21'X13' with two 3-1/2"stems each with 1/3 pitch and 2/3 lead and left handed. Attachment 1 &1A are structure drawings showing the basic layout. Each driven shall come with a machined lift nut to match the existing stem at the location. 1.3. Provide submittals for direct replacement three phase electric operators per this specification. Submittals shall include one copy for each component selected of the product data and Operation and Maintenance Manuals. Calculations for sizing shall be included; requirements are in section 8.7.1. Include a dimension drawing of a typical pedestal. Include information on the remote package available. 1.4.No alterations shall be made to the structure to support unconventional applications. Supplied equipment must bolt to the existing anchors. 1.5.Provide "Smart Valve" type controller module supporting either Ethernet or Modbus/Serial and be capable of data acquisition and control. 1.6.Delivery shall be to: U.S. Army Corps of Engineers Yazoo City Field Office 1020 Levee Road Yazoo City, MS. 39194 1.7.Recommend a site visit to verify existing anchor bolt pattern, stem size and gate data. 1.8.POC for this scope of work is: Walter.L.Mattingly@USACE.ARMY.MIL PH 601-631-7238 2.0. REFERENCES AND RELATED DOCUMENTS 2.1. AWWA 504-87 and 540-87 2.2.ASTM A 48 (1994a) Gray Iron Castings. 2.3. ASTM A 126 (1993) Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2.4. ASTM A 193/A 193M (1995) Alloy-Steel and Stainless Steel Bolting Materials for High- Temp Service 2.5.ASTM A 194/A 194M (1994) Carbon and Alloy-Steel Nuts for Bolts for High-Pressure and High-Temp Service 2.6. ASTM A 276 (1994) Stainless and Heat-Resisting Steel Bars and shapes. 2.7. ASTM A 320/A 320M (1994a) Alloy Steel Bolting Materials for Low-Temperature Service. 2.8. ASTM A 582 (1993) Free-Machining Stainless and Heat Resisting Steel Bars, Hot -Rolled or Cold Finished. 2.9. ASTM B 21 (1990) Naval Brass Rod, Bar, and Shapes. 2.10. ASTM B 98 (1993) Copper-Silicone Alloy Rod, Bar, and Shapes. 2.11. ASTM B 150 (1995a) Aluminum Bronze Rod, Bar, and Shapes. 2.12. ASTM B 344 (1992) Drawn or Rolled Nickel-Chromium and Nickel-Chromium-Iron Alloys for Electrical Heating Elements 2.13. NEMA MG 1 (1998) Motors and Generators. 2.14. SSPC SP 10 (1994) Near-White Blast Cleaning 3.0.All materials shall be free from defects and imperfections, of recent manufacture and unused, and of the classifications and grades specified unless otherwise approved. Materials not specifically described shall, as far as practicable, conform to the latest specifications on the American Society for testing and materials. 3.1. Material for iron castings shall meet the applicable requirements of either ASTM A-48 for "Class Nos. 30A, 30B, or 30C" or ASTM A-126 for "Class B ". 3.2.Corrosion-resisting steel rods for stems shall meet the applicable requirements of either ASTM A-276 for Type 302 or 304 or ASTM A-582 for Type 303. Corrosion-resisting steel for fasteners shall meet either the above-mentioned specification or ASTM A 320/A 320M for Grades B8, or ASTM A 193/A 193M for Identification Symbols B8, B8A, B8M, or B8MA and ASTM A 194/A 194M for Grades 8, 8F, or 8M. 4.0.PEDESTALS: 4.1.The pedestals base shall match the existing bolt patterns where possible using four anchor bolts. Pedestals shall be of sufficient height to position the lift nut in approximately the same height above the deck. Stem length is limited. 4.2.Coating and preparation shall be the same as supplied by the operator manufacturer. 5.0.Motor-Operated-Hoist Assembly 5.1.Each gate shall be raised and lowered by means of individual electric motor hoist units driven by an electric motor and mounted on a pedestal to the operating platform. The unit shall consist of complete, compact, rugged assemblies specially designed and manufactured for the required service by a manufacturer regularly engaged for at least 5 years in the production of this type device, and shall be delivered completely wired, assembled and ready for installation. All parts of the lift mechanism shall be designed to move the gate slide at a rate of approximately 12 inches per minute under the required operating head condition. Each unit shall be provided with a pushbutton and indicating light station. The pushbutton and light station shall be located on the unit. Each station shall consist of three buttons marked "OPEN", "STOP", and "CLOSE". 5.2.The electric motor for the gate hoist shall be 240 Volt three phase and have a 15 minute duty rating, have sufficient horsepower to operate the hoist unit through the full gate travel in both directions without exceeding the full-load ampere rating, and conform to applicable requirements of NEMA MG 1. All bearings shall be the anti-friction type. The motor shall be provided with moisture protection by a totally enclosed type enclosure with a winding heater. All components including the motor, reversing contacts and overload relays, pushbuttons, indicating lights, control transformer, reductions gearing, stem lift nuts, bearings and limit switches, shall be enclosed in NEMA Type 4 enclosures and mounted on a steel or cast-iron pedestal with flanged base plate, complete with corrosion-resisting steel anchor bolts and silicone bronze nuts. Reduction gearing shall consist of generated helical gears of heat-treated steel. Worms shall be of hardened alloy steel with threads ground and polished. The worm gear shall be in one piece of chilled nickel bronze, accurately cut. All reduction gearing shall run in lubricant. All gears, the stem lift nuts and other working components shall be carried on heavy-duty ball or roller bearings adequate for all torque and thrust loads imposed by operation of the gates at the specified maximum heads. Suitable seals shall be provided at all points as required to retain the lubricant. The motor-operator shall be of such design as to permit manual operation of the unit in the event of power failure or as necessary during servicing. A hand wheel shall be provided, and an arrow with the word "OPEN" shall be cast on the rim of the wheel, indicating the direction of opening. Effort required to operate the hoist manually with the gate in motion shall not exceed 25 pounds on the hand wheel. The motor operator shall include a built-in clutch mechanism so that the hand wheel will not rotate during motor operation nor shall the motor turn during manual operation. A gate position indicator shall be supplied to show gate position during both hand and motor operation. The indicator shall be graduated to show "FULL OPEN", when the bottom of the gate is at the full open position. Indicators, which are of the three-position type showing fully open, fully shut or in an intermediate position are not acceptable. The operator shall be able to watch the indicator from the same position he stands in to operate the controls. The operating unit shall include a built-in, lost-motion device, which will permit the motor to attain full speed after which a hammer blow shall be imparted to the hoisting mechanism to initiate gate motion in either direction. The lift nuts shall be bronze, made in two pieces with accurately machined splines or keys and threads. The two-piece nut shall consist of an outer member, having a flange or flanges on the exterior and splines on the interior, which mates with an inner member, shall be mounted in the unit housing. The inner member shall be secured to the outer member by either a threaded retainer ring or another suitable arrangement. After the gate has been completely closed or securely supported in the partially open position, this inner member shall be capable of being easily removed by disassembling its retaining arrangement and turning the hand wheel. Each stem nut shall be adequately designed, factory tested and inspected with the stem with which it will operate. Suitable marks shall be used to identify the matched sets once they have been established in the shop. The internal thread shall have the lower or non-working face relieved 1/16 - inch to ensure the threads will bottom out before wedging can occur. The lift nut shall be drilled or otherwise provided with adequate oil recesses and passages to ensure passage of lubricant to all interior threaded surfaces of the nut and stem threads. The internal arrangement of the motor hoist units shall be such that all moving parts run in lubricant, with adequate fittings and seals provided to retain the lubricant. The lubricant shall be as recommended by the manufacturer. 5.3.The closing and opening travel of the gates shall be protected against overload by a torque responsive mechanical switch. There shall also be provided geared limit switches for stopping the gates at both the fully closed and the normal fully open positions. The torque switch shall be operative during the entire travel of the gate to protect the stems and gates against possible damage in the event an obstruction is met. The torque switch shall function without auxiliary relays or other devices and shall be field-adjusted to ensure (1) stopping the lowering operation of the gates should the stems load for any reason become compressive to a degree greater than the normal seating requirements, and (2) stopping the raising operation should the stems tension become greater than the normal seating requirements. The position limit switch shall be adjustable and of the intermediate type, governed by the rotation of the motor driving mechanism. Internal motor control wiring and motor power wiring shall be provided complete to a suitable terminal block in the limit switch compartment, and terminal blocks shall be clearly marked in a suitable manner to facilitate external control and power connections. Limit switch shall have four pairs of normally open and normally closed contacts. Two pairs for control circuit, one local indication and one for future supervisory control. 5.4.Provide the following: (Note: The controls shall be mounted in the cover per manufacturer's standard.) 5.4.1.Remote position indicator/display: Provide a 4 - 20ma valve position to current source, similar to EIM Part 2065-1 or approved equal, and the manufacturer's compatible hardware to register equivalent position at the local position indicator. 5.4.2.Selector switch: Heavy duty, maintained-contact, three-position type with legend plate. Two selector switches are required; one OPEN-STOP-CLOSE and one REMOTE-LOCAL-OFF position only. 5.4.3.Pilot Lights: High intensity LED lenses and lamps. Three individually illuminated indicators: green for fully opened, yellow for all positions between open and closed, and red for the fully closed position or suitable display. 5.4.4.Provide remote operation data interface, Ethernet/Modbus, and a terminal strip or a remote module/micro processor to access any operator information and gate position data for integration into SCADA system. 5.4.5.Provide a power disconnect for the lift unit, internal to the operator if available. 5.5.Provide motor heaters installed in the lower section of the frame or wrapped around the winding end turns. Limit switch compartment heaters shall be installed in the lower portion of the housing. They shall be designed with sufficient capacity or wattage that, when energized, they will hold the temperature of the motor windings and limit switch housing approximately 10 degrees F above the ambient temperature. 5.5.1.Heaters, except for the wrap-around type, shall be the tubular type, constructed with a chromium-nickel heating element buried in a refractory insulating material, and encased in an approved watertight metal sheath. They shall be designed for continuous operation and to withstand at least 10 percent over-voltage continuously. The rate of heat dissipation shall be uniform throughout the effective length of the heater. Cartridge-type heaters of equivalent construction, as approved, will be acceptable. 5.5.2.The heating element shall meet the applicable requirements of ASTM B 344 for "composition E", 80 nickel 20 chromium alloy. 5.5.3.The sheath shall be a corrosion-resisting, non-oxidizing metal and shall have a wall thickness not less than 0.025 - inch. 5.5.4.Insulation shall be a granular mineral refractory material, highly resistant to heat, and shall have a minimum specific resistance of 1,000 megohms per inch cubed at 1,000 degrees F. 5.5.5.Terminals of the limit switch heater, including the leads, shall be watertight and shall be provided with leads suitable for making connections either to the terminal box provided for the limit switch leads or to a separate terminal box located on the limit switch. The arrangement shall be optional with the contractor. 5.6.The gate hoist shall be identified by means of a nameplate permanently affixed to a conspicuous location. The plate shall bear the manufacturer's name, model designation serial number, if applicable, and any other pertinent information such as speed, capacity, type, etc. A warning label shall be provided inside the gate operator control compartment to warn that a separate circuit supplies the space heaters. 5.7.The hoist shall be dry blasted to SSPC SP 10 (near white metal), followed by manufacturer's recommended outdoor coating. The finish color shall be gray. All coatings, thinners and cleaners shall be of the same manufacturer. If other than above, contractor may submit the manufacturer's system and application methods he proposes for approval including color. 6.0.MATERIALS AND SERVICES TO BE FURNISHED BY THE CONTRACTOR 6.1.The contractor shall provide shop drawings for equipment supplied, four copies for each type operator. 7.0.QUALITY CONTROL 7.1.The contractor shall be responsible for all inspections and conformance to the requirements of these specification and contract requirements. 7.2.The contractor shall be responsible to verify field measurements prior to purchasing any equipment. 8.0.MISCELLANEOUS/GENERAL REQUIREMENTS 8.1.Acceptance shall be at delivery. 8.2.The contractor shall notify Walter Mattingly at 601-631-7238 at least two business days before the expected arrival so the Government can make arrangements for acceptance. 8.3.Shipment. This solicitation request submission of offers on which the price has been determined on a basis of shipment and delivery F.O.B. destination. Offers submitted on any basis of shipment and delivery other than F.O.B. destination will be rejected as nonresponsive. Shipment and delivery shall be made to the point of contact in paragraph 1.6. The Contractor shall furnish packing (well crated to prevent physical damage) with delivered items. 8.4.Operation and Maintenance manuals. The installation, operation, maintenance, lubrication, and repair manuals shall contain complete information required for the installation, operation, lubrication, adjustment, routine and/or special maintenance, wiring diagrams, electrical components layout, disassembly, repair, and reassembly of the actuator furnished. Furnish four copies for each operator. 8.5.Prior to shipment from the manufacturer's plant, the Contractor shall prepare the hoist for shipment. The hoist shall be protectively processed for not less than 12-month storage. Parts, such as fasteners and the complete hoist, shall be stored indoors. All large, bulky, and/or heavy elements shall be mounted on skids or pallets of ample size and strength to facilitate loading and unloading. All small parts shall be boxed in sturdy wood or heavy corrugated paperboard boxes. A packing list, indicating the contents of each such box and enclosed in a moisture proof envelope, shall be securely fastened to the outside of the box. The skid and/or pallet mounting and the boxing shall be done in a manner, which will prevent damage to the hoist during loading, shipment, unloading, storage, and any associated and/or subsequent handling. Weatherproof covers shall be provided during shipment. 8.6.Appropriate computations shall be submitted to substantiate the sizing of the hoist. All design data, including friction factors; unseating heads, seating heads, weights of stem and slide, and the motor design data for gate operations shall also be included. It is the intent of this requirement that all design data required for checking the hoist, stems and all appurtenances be provided. Attachment 2 contains calculations on the existing operators to determine exact weights and forces required to lift gate. These calculations verified the motor size changed from the original. Attachment 3 contains information from construction contractor to Corps with torque and spring pack sizes. These are for your information. 8.7. The following calculations and data shall be included in the submittals: 8.7.1.The manufacturer's published thrust output rating of the submitted actuator, using the selected stem configuration and a 40-pound pull on its standard hand wheel. 8.7.1.1.Overall ratio of actuator 8.7.1.2.Actuator published maximum mechanical torque rating 8.7.1.3.Rated H.P. and R.P.M. 8.7.1.4.Full load amps. 8.7.1.5.Locked rotor amps. 8.7.1.6.Stall torque 8.7.1.7.Running torque under maximum operating head 8.7.2. The torque limit switches capacity and the recommended settings. 8.7.3.Diagrams showing all manual and automatic control and protective and signal devices and any wiring required for the operation of the hoist shall be submitted for approval. 9.0.WARRANTY 9.1.The Contractor shall furnish the Government, under separate cover, the manufacturer's standard commercial warranty for the hoist. PRODUCTION SPECIFICATIONS: Reference the Attachments posted with this solicitation under the "Additional Documentation" link toward the bottom of this announcement. DRAWING - MUDDY BAYOU CONTROL STRUCTURE BID SCHEDULE EVALUATION OF OFFERS: All quotes submitted will be evaluated for technical capability (including satisfactory past performance) and price. Technical capability for this acquisition is defined as the documented ability to provide the supplies identified in the Scope of Work of satisfactory quality, with timely delivery in accordance with the requirements of the Scope of Work, and documented satisfactory past performance of providing the same or similar equipment within the past 3 years. The government will issue award to the supplier whose quote is the lowest price of those determined to meet at least the minimum requirements for technical capability as listed in the Scope of Work. Pre-Award Submittals; The contractor shall submit information verifying their technical capability, including satisfactory past performance. Failure to submit sufficient information for the government to determine technical capability may be cause for the rejection of the quote. ORCA: Before a complete evaluation of quotes can be made offerors must provided "Offeror Representations and Certifications" for their company. The preferred method for completing offeror representations and certifications is to register on the ORCA web site at https://orca.bpn.gov/login.aspx. Offerors not wishing to register online must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications with their quote package. The government intends to make a single award for one lump sum including the entire scope of the work described. Offers for less than the required scope of work will not be accepted. The Government intends to award without discussions (while reserving the right to hold discussions if determined advantageous to the Government), and offerors are encouraged to provide their best proposed pricing in their initial offer. CCR: CCR registration is necessary, if you are not registered in the Central Contractor Registration (CCR) database, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 20 September 2011 not later than 12:00 p.m. to U.S. Army Corps of Engineers, ATTN: Melinda Windham, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes/offers may be submitted electronically via email, providing that they are complete and provide all required information to: Melinda.Windham@usace.army.mil. For information concerning this solicitation, contact Melinda Windham at (601) 631-7063; E-mail: Melinda.Windham@usace.army.mil. The following FAR Clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The following clauses and provisions are incorporated. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, and the following clauses cited within that clause: FAR 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.222-3, Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. 52.233-3, Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim. The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments. The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-11-T-0031 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, offerors will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-11-T-0031 The Bidder/Offeror Inquiry Key is: IND1YA-1Z158K Bidders/Offerors are encouraged to submit questions at least 7 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Special Notes to Offerors: You are responsible for reading all information contained in this solicitation and all attachments posted with it. Offerors should check the Fed Biz Opps Web Site often for new solicitation and/or modifications to this solicitation. Quotes are due 20 September 2011 by 12:00 p.m. at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Quotes must be clearly identified for Solicitation No W912EE-11-T-0031 to the Attn. of Melinda Windham, Vicksburg District Contracting Office, 4155 Clay Street, Vicksburg, MS 39183-3435.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-11-T-0031/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02561183-W 20110904/110902235102-6c68cbd82f47747000dd00ec631b2d13 (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 |