Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2016 FBO #5234
SOLICITATION NOTICE

39 -- Little Goose Bridge Crane Main Hoist Rehabilitation

Notice Date
3/21/2016
 
Notice Type
Presolicitation
 
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-0031
 
Archive Date
6/3/2016
 
Point of Contact
Hillary A. Morgan, Phone: 5095277214
 
E-Mail Address
hillary.a.morgan@usace.army.mil
(hillary.a.morgan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Supply with Construction Installation Contract: Little Goose Bridge Crane Main Hoist Rehabilitation The work described herein involves rehabilitation one (1) 600-ton bridge crane located in the Powerhouse of the Little Goose Dam. The resulting contract 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 work is 333923, Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The small business size standard is 500 employees. Competition for this solicitation is unrestricted. Solicitation Number W912EF-16-R-0031 will be posted to the Federal Business Opportunities (FBO) website on or about 19 April 2016. The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. Background 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 300-ton main hoist per trolley and one (1) 30-ton auxiliary hoist per trolley. Summary of Work 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 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 and replacement of items such as bridge walkway guiderails, 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. Place of Performance is at the Little Goose Lock and Dam located near Dayton, Washington, Columbia County. The contract requires completion of all work within a coordinated on-site installation work window covering a period of approximately 70 days. The anticipated on-site work window will begin in May 2017 and complete in July 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. A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit. 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 required 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 required 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. 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-16-R-0031/listing.html)
 
Place of Performance
Address: Little Goose Dam, 1001 Little Goose Dam Road, Dayton, Washington, 99328, United States
Zip Code: 99328
 
Record
SN04057059-W 20160323/160321235902-7cabae738d7672ef4b18c31588900530 (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.