Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
MODIFICATION

Z -- Ice Harbor Navigation Lock Downstream Gate Hoist Machinery Upgrades

Notice Date
9/24/2015
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-15-R-0040
 
Archive Date
11/27/2015
 
Point of Contact
Hillary A. Morgan, Phone: 5095277214, Phyllis Buerstatte, Phone: 509-527-7211
 
E-Mail Address
hillary.a.morgan@usace.army.mil, Phyllis.L.Buerstatte@usace.army.mil
(hillary.a.morgan@usace.army.mil, Phyllis.L.Buerstatte@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The work described herein involves the replacement/upgrade of the navigation lock downstream gate hoist mechanical machinery and the associated electrical and control equipment, and the rehabilitation of the gate hoist friction sheaves. Background The Ice Harbor navigation lock downstream gate is a counterbalanced vertical lift gate and measures approximately 90 feet tall by 88 feet wide and weighs approximately 740 tons. The gate is connected to two counterweights (one on each side) with twelve 2-1/4 inch diameter wire ropes. The hoist machinery is located in two machinery rooms located at the top of the downstream structural towers, one on each side of the lift gate. The wire ropes pass over an 18 foot diameter friction sheave. The friction sheave is driven through an electric hydraulic pump driving a high speed hydraulic motor. The speed is reduced and torque increased through a gearbox having an external pinion driving the gear around the perimeter of the sheave. The wire rope passes over the uppermost surface of the hoist sheave. The two hoist sheaves support the cumulative weight of the gate, the counterweight, and the hoist ropes. The downstream lift gate hoist machinery is the original machinery installed when the lock was placed into service in 1969, with the exception of a coupling (replaced in 1980), pedestal mounting system (added in 1980), output gear in box (reversed due to bent shaft in 1980), gearboxes and hydraulic system (replaced in 1989), hoist wire ropes (replaced in 2012). Electrical and control systems are original. Summary of Work Mechanical upgrades consist of the hoist drive components required to operate the gate, the overhead service crane in each machinery room, and the mechanical aspects of limits and controls for gate operation. Furnish and install the following items for the hoist drives in each machinery room: new pillow block bearings, ring gears, pinion gears, pinion shafts, pinion bearings, couplings, and brakes. In addition, install new Government furnished gearboxes. Install new bearings and ring gear for the friction sheaves in each machinery room. In order to replace the friction sheave bearings and ring gears, the contractor must have technical experience, labor, and physical plant required for jacking and shoring of the existing 18 foot diameter friction sheaves that weigh approximately 112,000 pounds each and the counterweights which weigh approximately 740,000 pounds each. Upon completion of the bearing replacement, the contractor will be responsible for precise alignment of the friction sheave bearings and the alignment of open gear contact between the new pinion gears and the existing friction sheave ring gears. Miscellaneous elements of the contract include RCRA 8 metal based paint and asbestos containing material (ACM) removal and disposal from existing equipment, and reroofing both tower roofs with a liquid applied membrane. The contractor will be responsible for gate hoist wire rope load balancing that will require the services of a qualified engineer with a minimum of three years experience with load cells and load monitoring equipment to ensure the loads are evenly distributed across all hoist wire ropes at the completion of the work. The overhead service cranes in each machinery room will be replaced with commercially-available four ton rated electric wire rope hoists. New overhead cranes shall be single-girder top running bridge-type furnished with pendant style pushbutton remote control and wall-mounted pushbutton control station. Structural upgrades consist of weld repair of the downstream gate hoist friction sheaves, fabrication and installation of new machinery supports and pedestals, fabrication and installation of new safety handrails, and structural modifications to the existing overhead service crane corbels. Structural modifications to the existing overhead service crane corbels consist of the installation of an adhesive anchor system to increase the load capacity of the corbels from 5,000 pounds to 8,000 pounds. Evaluate concrete drilling locations for the presence of existing reinforcing steel with Ground Penetrating Radar or an approved equivalent method. Electrical upgrades consist of replacement of the machinery room motor control centers and power supply wiring and circuit breakers, installation of new variable frequency drive (VFD) equipped motors, new main power disconnects, new power distribution blocks, new VFD's, new control voltage transformers, new dynamic brake resistors, new programmable logic controllers (PLC), new network switches, new fiber optic panels, and new control relays. New PLC installations require the contractor to provide PLC program development, licensed software packages, shop testing, and operator field tests. New VFD installations require specified hardware, programming software, onsite installation supervision by the VFD manufacturer, VFD test plans, and execution of performance verification tests. New control panel, graphic panel, and equipment panel installations require specified hardware to be verified through Government-witnessed shop testing prior to delivery to the work site. A critical element of the project involves complex sequencing and coordination of commissioning and cut-over of new equipment and systems, and highly technical interfaces between new and old systems. The Contractor must demonstrate experience and qualifications necessary to manage challenging Quality Control and Commissioning programs for both factory and on-site testing requirements. The project involves long lead time procurement of complex electrical and control equipment and fabrication of large mechanical gears. Complete on-site work in close coordination with the Government lock and dam facility, and minimize outages and disruptions to operations. A critical element of the project involves complex sequencing and coordination of commissioning and cut-over of new equipment and systems, and highly technical interfaces between new and old systems. The Contractor must demonstrate experience and qualifications necessary to manage challenging Quality Control and Commissioning programs for both factory and on-site testing requirements. The project involves the procurement of complex electrical and control equipment with long lead times. Complete on-site work in close coordination with the Government lock and dam facility, and minimize outages and disruptions to operations. Provide on-site customer operations and maintenance training by authorized representatives of the new equipment manufacturers. Place of Performance is at the Ice Harbor Lock and Dam located near Burbank, Washington, Walla Walla County. Complete all work at the navigation lock within a finite work window of approximately 12 weeks between December 2016 and March 2017. Work must be completed within the specified work window in order to return the navigation lock to service in accordance with a coordinated Columbia/Snake River navigation system outage plan. Staff (supervision and labor) and provide on-site physical plant to support multiple daily work shifts to meet the requirements of the aggressive construction schedule constraints. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Solicitation is set-aside for small business concerns. Solicitation Number W912EF-15-R-0040 will be posted to the Federal Business Opportunities (FBO) website on or about 13 October 2015. The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit. Construction magnitude is estimated to be between $1,000,000 and $5,000,000. A bid bond is required in the amount of 20 percent of the total bid price. Performance and payment bonds in the amount of 100 percent of the contract price are required. The North American Industry Classification System (NAICS) code for this work is 237990, Other Heavy and Civil Engineering Construction. The small business size standard is $36,500,000 in average annual receipts. Important Note: The FBO response date listed elsewhere in this synopsis is for the FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via FedBizOpps.gov or https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Bidders are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Hillary.A.Morgan@usace.army.mil and Phyllis.L.Buerstatte@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-0040/listing.html)
 
Place of Performance
Address: Ice Harbor Lock and Dam, 2763 Monument Drive, Burbank, Washington, 99323, United States
Zip Code: 99323
 
Record
SN03901798-W 20150926/150924235420-165d03cdf798024ab32fddaa1c6f8d16 (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.