Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2013 FBO #4221
SOLICITATION NOTICE

Y -- New Hogan Tainter Gates Retrofit, New Hogan Lake, Valley Springs, California

Notice Date
6/13/2013
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-13-B-0005
 
Response Due
6/28/2013
 
Archive Date
8/12/2013
 
Point of Contact
Anna Ricci C. Cayanan, 916-557-5231
 
E-Mail Address
USACE District, Sacramento
(anna.r.cayanan@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Sacramento District of the U.S. Army Corps of Engineers has an upcoming acquisition to establish contracts to retrofit the tainter gates at New Hogan Dam in Valley Springs, California. The New Hogan Project is located approximately 60 miles southeast of Sacramento, California and is operated and maintained by the Corps of Engineers, Sacramento district. The project includes a lake, dam and a spillway with three tainter gates. The New Hogan Project was constructed in the early 1960's. The New Hogan Dam Tainter Gate Retrofit, as originally constructed in 1963, is part of the New Hogan Dam which is rock filled structure with a separate concrete spillway structure. This dam is used for both flood control and water conservation. The crest length of the main dam is 1,935 feet at elevation 725.0 mean sea level (msl). The length of the concrete spillway structure is 142 feet with the top of the tainter gate at elevation 722.97 msl. The spillway is located approximately 600 feet south of the left abutment of the main dam and consists of a concrete structure with three 38 foot by 37 foot tainter gates. The spillway structure is approximately 142 feet long. The effective crest length is 114 feet with a crest elevation of 679.5 feet. Each of the three tainter gates at the spillway crest is 38 feet wide and 37 feet high. Embedded in concrete piers, a post-stressed anchorage system secures the trunnion 14' 6 quote mark above the bottom of the gate. The trunnion is above the theoretical flow line for a spillway flood discharge of 117,400 cfs. If this flow line is exceeded, the bottom of the gate and the trunnions will be inundated. All of these parts however, were designed to withstand this remote possibility. Twenty vertical ribs, spaced 2 feet apart, reinforce the steel face plate. Three girders support the ribs and connect through the struts to the end frames. Forces transfer through the end frames and directly to the welded steel trunnion. The bolts connecting the end frames and trunnion only maintain alignment between the two members. The bracing of the 3 girders was designed to support one half the weight of the gate, assuming one side remains supported. If one of the two lifting cables should break, the gate will twist until it jams between the piers. Bracing prevents buckling of the girders by reducing the distance between support points. The trunnion bears on a bronze bushing encased in a steel shell. The shell is fastened to the anchor member and reinforced by a heavy steel strap. End clearance between the bearing and the trunnion allows for lateral displacement of the trunnion. End clearance permits elongation due to loads and expansion from the temperature difference between the gate and concrete spillway. A post tensioned anchorage fastens each of the trunnions to the piers. It efficiently distributes forces from the tainter gate to the piers. The anchorage is comprised of 15 high strength alloy steel rods 1 quote mark in diameter. The rods are embedded into the pier 35 feet. These rods hold a short welded box trunnion girder against the pier. The trunnion assemblies are bolted to the cantilevered ends of the trunnion girders. The concrete lined chute directs spillway flows from the ogee section to the flip bucket about 214 feet downstream. There is a three span composite concrete deck and steel girder spillway bridge which was designed to carry a crane with load totaling 58 tons. The three simple spans are two at 43' 8.5 quote mark and one at 46'. The Contractor shall have experience in fabrication or repair of large Hydraulic Steel Structures such as a Tainter gate, Miter gate, or bulkhead gate and electrical and mechanical procurement and installation. The contractor shall have completed three similar projects, two of which were tainter gates, in the last seven years. The Contractor shall demonstrate experience in the following areas: Welding and QC: heavy construction field welding and qualifications of off-site fabrication / shop welding services, as well as quality control, including control of material quality, material testing procedures, and field welding techniques. The fabricating plant and fabricator performing this work shall be certified under the American Institute of Steel Construction (AISC) Quality Certification Program, Category III, Major Steel Bridges (CBR) category with Fracture Critical endorsement (F) and shall possess five (5) years documented experience on projects of similar scope. Similar scope for shop fabrication means projects of similar size and similar amounts of welding and detail types. Mechanical: installing mechanical equipment including motors, speed reducers, shafting, couplings, open gearing, bearings, and large bushings in precise alignment. The offerer shall have a minimum of five (5) years of documented experience on projects installing mechanical equipment including motors, speed reducers, shafting, couplings, open gearing, bearings, and large bushings in precise alignment. The offerer shall also have completed at least one project of similar scope or replacement of hoist machinery for a large structure. Electrical: dealing with motors, panelboards, limit switches and misc other equipment and accessories. Contractor shall be familiar with applicable provisions of NFPA 70 (NEC). Contractor should be familiar with Arc Flash Safety requirements and utilize proper PPE & tools while working on Electrical panels & electrical systems per UFC 3-560-01 and other applicable criterion. Small businesses are reminded under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1 The contractor shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. Acquisition Information: This acquisition is proceeding as a Request for Proposal (RFP), and will be awarded on a Lowest Price, Technically Acceptable (LPTA) basis. This RFP is a Competitive, Small Business Set-Aside Competition. Estimated Cost Range is between $5,000,000 - $10,000,000 Period of Performance for Construction: 1280 Days. This Procurement will be conducted under FSC CODE: Y1PZ, NAICS Code: 237990. The size standard for this code is $33.5 million. All questions should be directed to the Contract Specialist, Anna Cayanan, at (916) 557-5231, FAX: No.: (916) 557-5278, e-mail anna.r.cayanan@usace.army.mil. Information about the time and location of the site visit/pre-proposal conference will be found in Section 00 21 00 of the solicitation. If you need assistance with downloading the plans or specs or registering as an Interested Vendor, please contact the Contract Specialist. It is anticipated that the RFP will be issued on or about June 29, 2013, for downloading at the Government's website at http://www.fedbizopps.gov/. No paper copies will be issued. The specific date and time will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Viewing/downloading documents from FedBizOpps will require prior registration in System for Award Management (www.sam.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the RFP documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY via FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be SAM registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-13-B-0005/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN03088356-W 20130615/130613235134-7b22e94e44667f8abee6b351a5bfcac5 (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.