Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOURCES SOUGHT

39 -- Little Goose Powerhouse Bridge Crane Main Hoist Rehabilitation

Notice Date
2/11/2016
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
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-16-R-SS26
 
Archive Date
3/8/2016
 
Point of Contact
Jani C Long, Phone: 509-527-7209
 
E-Mail Address
jani.c.long@usace.army.mil
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a supply with construction installation project entitled: Little Goose Powerhouse Bridge Crane Main Hoist Rehabilitation. The construction/installation work is located at Little Goose Dam (Dayton, Washington). This will be a firm-fixed-price supply with construction installation contract. 100% performance and payment bonds will be required for the installation/construction elements of the contract. The North American Industry Classification System (NAICS) code for this project is 333923 and the associated small business size standard is 500 employees. This sources sought announcement is a tool to identify small businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. 1) A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2) A reference list for each of the projects submitted in #1 above. Include the name, title, phone number and email address. 3) Provide a statement of your firm's bonding capacity. 4) Provide a statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), woman-owned). 5) Cage Code and DUNS number. Submit this information to Jani Long, Contract Specialist, via email to Jani.C.Long@usace.army.mil. Your response to this notice must be received on or before 2:00 p.m. on February 22, 2016. Summary of Scope of Work: The work consists of rehabilitating one (1) 600-ton bridge crane located in the Powerhouse of Little Goose Dam. The bridge crane is used for handling hydroelectric generating unit components inside the powerhouse involving routine maintenance as well as emergency repairs. The Little Goose bridge crane was installed in 1967. The bridge crane has a span of approximately 74 feet and a bridge travel of approximately 606 feet. The bridge crane has two (2) trolleys that each support one (1) 300-ton main hoist per trolley and one (1) 30-ton auxiliary hoist per trolley. New main hoist gears consisting of matched, double helical sets of 15.5" diameter pinion gears and 97" diameter bull gears shall be fabricated, delivered, and installed as replacements for the existing gear sets. New main hoist gearboxes shall be manufactured, delivered, and installed as replacements for the existing gearboxes. New gearboxes shall have input power of 70hp, input speed of 800 RPM, service factor of 1.5, minimum output torque of 61,000 lbf-ft, minimum horizontal distance between input and output shafts of 53", dual projecting input shaft configuration, hollow output shaft configuration, and an overhung load of approximately 55,000 lbf. A critical element of the project involves the removal and replacement of the main hoist drums. New main hoist drums approximately 21'-3" in length, with a pitch diameter of approximately 80-inches, and weight of approximately 43,000 pounds shall be fabricated, delivered, and installed as replacements for the existing drums. The electrical scope of work for the project includes, but is not limited to, the replacement of items such as cable and conduit. The mechanical scope of work for the project includes, but is not limited to, the replacement of items such as main hoist gears, main hoist drums, main hoist gearboxes and gear covers, main hoist shaft couplings, and main hoist drum bearings. The structural scope of work for the project includes, but is not limited to, the repair or replacement of items such as the bridge walkway guardrails, toe plates adjacent to main hoist drums, and guard rail on the trolley deck. Equipment bases for motor and brake assemblies shall be modified or replaced. Miscellaneous work within the project includes the painting of all new features and touch-up painting of all affected or damaged existing features, minor lead paint removal and disposal from existing components, performance of post rehabilitation inspection, load testing, customer training on new equipment, and delivery of Operation and Maintenance Manuals, As-Built Drawings, and spare parts to the customer. Contractor personnel involved in the design, manufacturing, installation and testing shall have the required credentials (professional registrations, training or certifications) and experience related to this type of work. The project will involve the development and management of an overall project schedule utilizing scheduling software that meets the activity coding structure defined in the Standard Data Exchange Format (SDEF) in ER 1-1-11. The Contractor will be required to provide a qualified authorized scheduling representative with experience in the development and management of electronic schedules for projects similar in nature and complexity to this project. The contract requires completion of all work within a coordinated on-site installation work window covering a period of approximately 120 calendar days. The anticipated on-site work window will begin in March 2017 and complete in June 2017. Work must be completed within the specified work window in order to return the bridge crane main hoists back to service and perform critical hoisting related to repairs required on a main unit generator. The Contractor must be able to staff (supervision and labor) and provide on-site physical plant to support potential multiple daily work shifts and 7-day work weeks to meet the requirements of the 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). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5 years of experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5-years. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor furnished submittals for items such as design shop drawings, pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of preliminary and final Operation and Maintenance Manuals, As-Built Drawings, and Contractor Prepared Shop Drawings. Spare Parts for the new excitation equipment will be furnished by the contractor and delivered to the customer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-SS26/listing.html)
 
Place of Performance
Address: Little Goose Dam, 1001 Little Goose Dam Road, Dayton, Washington, 99328, United States
Zip Code: 99328
 
Record
SN04017581-W 20160213/160211234217-879619bd917b53cf42846bd6558993ab (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  © 1994-2020, Loren Data Corp.