Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2012 FBO #3792
SOURCES SOUGHT

Y -- InterlockSystem located at Three Locks and Dams on the Ohio River, Pike Island, New Cumberland and Hannibal

Notice Date
4/10/2012
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
 
ZIP Code
15222-4186
 
Solicitation Number
Interlocks-OhioRiver2012
 
Archive Date
5/31/2012
 
Point of Contact
Donna Dooen, Phone: 4123957468, James Costantino, Phone: 412-395-7474
 
E-Mail Address
donna.y.dooen@usace.army.mil, james.m.costantino@usace.army.mil
(donna.y.dooen@usace.army.mil, james.m.costantino@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Pittsburgh District intends to issue an unrestricted solicitation for a new interlock system located at three locks and dam facilities, Pike Island, New Cumberland and Hannibal on the Ohio River. Proposed project will be a Firm Fixed Price contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to compete and perform a Firm Fixed Price Contract. The type of solicitation issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The general scope of work includes an interlock system to incorporate the following required features:  Valve-to-Gate Interlocks  Gate-to-Valve Interlocks  Valve-to-Valve Interlocks The Valve-to Gate interlocks shall only allow the filling valves to open if the downstream miter gates are mitered and shall only allow the emptying valves to open if the upstream miter gates are mitered. The Valve-to Valve interlocks shall only allow the filling valves to open if the emptying valves are closed and vice versa. Under normal operating circumstances, the filling valves and emptying valves cannot be open simultaneously. The Gate-to-Valve interlocks shall only allow the downstream miter gates to operate (open and close), if the filling valves are closed and shall only allow the upstream miter gates to operate (open and close), if the emptying valves are closed. In addition to the three types of interlocks mentioned above, under no circumstances can a set of miter gates be opened if the opposite miter gates are not closed. This situation may be physically impossible to achieve, but is still taken into account in the design of the interlocks. Interlock Control Panel The new interlock system shall consist of a centrally located interlock control panel for each lock chamber. The interlock control panel shall be the main control enclosure for the interlock control system. All limit switches on the miter gates, miter gate machinery, filling valves and emptying valves shall be hardwired to relays in the enclosure. The enclosure shall contain key operated bypass switches for each limit switch and shall indicate when a limit switch has been bypassed. When a limit switch is bypassed, a visual indicator shall flash to alert personnel of this condition. Visual indication shall consist of a red, flashing indicator at each location valves and/or miter gates are operated and on the interlock control enclosure. In addition to visual indication, an audible alarm shall be provided if a lock operation is interrupted or cannot be performed due to interlock permissives being violated. The audible alarm can be silenced, but will re-activate if the lock operation is continued and the fault condition still exists. Limit Switches New magnetic, leverless limit switches and wiring shall be installed at all locations. Limit switches required for the new interlock system consist of the following:  Down Stream Mite Gates Mitered  Down Stream Land Wall Miter Gate Machinery Closed  Down Stream River Wall Miter Gate Machinery Closed  Down Stream Land Wall Miter Gate Recess  Down Stream River Wall Miter Gate Recess  Emptying Valve Land Wall Closed  Emptying Valve River Wall Closed  Up Stream Mite Gates Mitered  Up Stream Land Wall Miter Gate Machinery Closed  Up Stream River Wall Miter Gate Machinery Closed  Up Stream Land Wall Miter Gate Recess  Up Stream River Wall Miter Gate Recess  Filling Valve Land Wall Closed  Filling Valve River Wall Closed Filling and Emptying Valve Controls The existing filling and emptying valve controls shall be rewired to interface with the new interlock relay control panel. All filling and emptying valves shall be controlled by momentary pushbuttons. Miter Gate Controls The miter gates are controlled by manually operated 4-way valves. The existing levers and 4-way valves shall be utilized and interfaced to the new interlock control system. Mechanical Modifications to Miter Gate Cylinders The mechanical work involves installing a custom blocking manifold in the A & B lines for every miter gate cylinder at three projects (Pike Island, New Cumberland and Hannibal). The manifolds will block flow of hydraulic fluid to/from the cylinders until the interlock control system simultaneously opens the valve for each line. This work should be done by a company that specializes in the installation and testing of hydraulic fluid power equipment. Estimated Construction Range: Between $1,000,000 and $5,000,000 Duration of project is 365 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 238220. Small Business Size Standard for this acquisition is $14 Million. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: "Offerors name, address, point of contact, phone number, and e-mail address. "Offerors interest in bidding on the solicitation when it is issued. "Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute construction, comparable work performed within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. "Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Woman-Owned.) "Offerors Joint Venture information if applicable existing and potential "Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 02:00 PM (EST) May 3, 2012. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response Ms. Donna Dooen, Contract Specialist, USACE-Pittsburgh District, Room 2203 Federal Building, 1000 Liberty Ave., Pittsburgh, PA 15222-4186; FAX 412-644-5109. Email address: donna.y.dooen@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/Interlocks-OhioRiver2012/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Pittsburgh District, Contracting Office, 1000 Liberty Avenue, Federal Building, Pittsburgh, Pennsylvania, 15222-4186, United States
Zip Code: 15222-4186
 
Record
SN02718703-W 20120412/120410235808-602879ae342cd8927121a224f0c0e786 (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.