Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

Z -- Pre-solicitation Notice for Fort Peck Modernize Shaft Building Crane

Notice Date
2/1/2018
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F18R0005
 
Point of Contact
Monica L. Dwyer, Phone: 4029952726
 
E-Mail Address
monica.l.dwyer@usace.army.mil
(monica.l.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
On or about 20 February 2018, this office will issue Request for proposals for Fort Peck Modernize Shaft Building Crane. The solicitation will close on or about 20 March 2018. This solicitation will be RESTRICTED TO SMALL BUSINESS PARTICIPATION. The estimated construction magnitude for this project is estimated to be between $500,000 and $1,000,000. Information regarding an organized site visit will be provided when solicitation is posted. BACKGROUND Ft Peck Dam is located in northeast Montana on the Missouri river 2 miles northeast of Fort Peck, Montana. The project has 5 generating units split between two powerhouses for a combined generating capacity of 185.25 megawatts. The crane is a Whiting 20 ton box girder, single trolley indoor overhead traveling type crane. The bridge spans the width of the operating floor and travels the entire length of the building in the north-south direction. The crane is operated from an open cab mounted just below the downstream crane bridge girder. The overhead traveling crane is provided for the primary purpose of inspecting and maintaining the main control gate, the shaft and shaft liner, and the gate hoisting equipment. It is also used for lifting and transporting gate well covers, heavy machinery, heavy tools, and general maintenance work. Whiting Crane (OEM) has stated that the intake shaft cranes at Ft. Peck are not authorized for use as personnel lifting device. EM 385-1-1 section 16.T.01 requires the crane manufacturer's approval for personnel lifts. There is no roof access to allow for components to be hoisted off the trolley. Contractor will be prohibited from cutting an access hatch into the roof structure for hoisting from above. The existing cab will be removed as part of this contract and be replaced with a standard open cab design. MECHANICAL DESIGN Hoist motor will be replaced. The main hoist currently has one holding brake in conjunction with the mechanical load brake installed internally to the speed reducer. A secondary holding brake will be added as well as the replacement of the original holding brake. The removal of the oil coolers will allow room for the additional brake. The current hoist speed reducers have mechanical load brakes installed. The mechanical load brake is allowed in an open loop control mode but must be disabled when switching to a closed loop flux vector mode. The ratchet pawl mechanism will be removed and the gear secured to the shaft. The cranes currently have oil coolers installed to dissipate the heat generated by the mechanical load brakes. After the load brakes have been disabled the oil coolers will no longer be needed and can be removed to allow for additional room for the installation of the secondary holding brakes. Auxiliary hoist motors will be replaced. The auxiliary hoist currently has one holding brake mounted on the tail end of the motor that works in conjunction with the mechanical load brake integral to the speed reducer. The existing brake will be replaced when the auxiliary hoist gearmotor is replaced. Aux hoist will remain in open loop mode. Upper weighted limit switch are to be added to the aux hoist. Drive motor will be replaced. Bridge and trolley brakes will be replaced. ELECTRICAL DESIGN The contractor will perform engineering and design for modernized control and ancillary power systems and submit design computations, product data, reports, and drawings for approval. After completion of work, the Contractor will perform acceptance testing and commissioning including load testing at 125% of rated capacity. Submittals of as-built drawings, product data, as-commissioned software/parameters, and O&M manuals will be provided by the Contractor. Training will be provided by the contractor and focus on familiarization with the VFD and controls as well as recommended preventative maintenance practices. MOTORS AND BRAKES Existing motors are wound rotor AC machines with the rotor secondary slip rings shorted to mimic a squirrel cage machine; this is not recommended for VFD applications. The main hoist, auxiliary hoist, bridge, and trolley motors will continuous rated inverter duty motors (Class H insulation is required). The main hoist motor encoder will be replaced in conjunction with motor and brake replacement. Motors will be sized to provide hoist and travel speeds approximately equal to the existing crane. The auxiliary hoist will require use of a separate or integral speed reducer (gearmotor). The main hoist load brake will be disabled to allow for closed-loop flux vector control and the existing brake will be removed. Two holding brakes will be provided for the main hoist. AC electro-hydraulic thruster or DC armature actuated shoe brakes will be specified for the Contractor's design. Each hoist brake will be rated and adjusted to a minimum of 125% full load motor torque. One of the brakes for the main hoist drivetrain will set after a short time delay. The existing auxiliary hoist motor encoder (currently unused) will be removed. The auxiliary hoist load brake will remain enabled and a single holding brake (motor- mounted disc brake) will be used; the auxiliary hoist will operate in an open loop (sensor-less) control scheme. Spring set, electrically released bridge and trolley holding brakes will be provided. Disc or shoe brakes will be allowed, based on the contractor's design. Brakes will be rated and adjustable to 100% full load motor torque and set to CMAA 70 standards. Anti- condensation brake heaters will be provided for any enclosed disk brakes. VARIABLE FREQUENCY DRIVES Crane motion controls will be provided with crane-specific variable frequency drives (VFDs) and related equipment with latest, still manufactured, controls. A closed loop, flux vector control regime will be used the main hoist; an open loop, vector control scheme will be used for the auxiliary hoist, trolley and bridge functions. Each crane motion can be operated independently and simultaneously of each other crane function. The existing pendant control will be retained with three speeds in each direction for each function. All new panels and enclosures will be minimum NEMA Type 12, or equivalent (cranes are indoors). All panels and enclosures will be climate controlled, utilizing anti- condensation heaters and fans required to maintain environmental conditions acceptable for enclosed electronic devices. Keypads displaying VFD operating parameters and fault codes will be provided on the enclosure doors. Dynamic braking will be provided for each VFD. Dynamic braking resistors will be corrosion-resistant and have a thermal capacity NEMA Class rating of 160 minimum. Line reactors, load reactors, and isolation transformers will be installed per recommendations of the VFD manufacturer. All crane function VFDs will have a slow speed feature (i.e. "Micro-Speed") which limits motor operation to a preset maximum (initially set at 25%) to assist in precision movements of the crane. With slow speed enabled, master switch operation will correspond with 0 to 25% of base speed. A single two-position, maintained selector switch (SLOW-NORMAL) on the cab control console will enable slow speed functionality for all crane motions. OPERATOR CONTROLS The new cab will provide a console positioned to provide a more ergonomic means of viewing directly below the cab while standing at the console controls. Infinitely variable, step-less (no detents) master switches will be provided on a new cab control console. Controls for crane power, emergency stop, speed regime (slow, normal), pendant cable reel (LOWER-RAISE) and the warning horn will be provided. A two-position, maintained selector switch (CAB-PENDANT) will be provided in the cab to select operation between cab console and radio remote control. If in the PENDANT selection, cab stop and emergency stop buttons will still be functional. Another maintained switch will be provided for use of the personnel platform, enabling the personnel platform emergency stop to function when the platform cable reel is connected. The contractor will perform commissioning and load testing with drive OEM support. The load test will consist of 100% rated capacity full dynamic load test for both hoists including bridge and trolley motion at rated main hoist capacity. A static 125% capacity load test will test new mechanical drive train components. Upon completion of rehabilitation work, the Contractor will provide (as an optional bid item) a Letter of Personnel Hoist Certification. The Primary North American Industry Classification System (NAICS) code for this solicitation is 237990 - Other Heavy and Civil Engineering Construction, with a size standard for Small Business of $36.5M. Please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via Federal Business Opportunities (FedBizOpps) (www.fbo.gov). Registration is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. All amendments will be posted in FedBizOpps. It shall be the contractor's responsibility to check the website for any amendments. This acquisition will be awarded using FAR Part 15 Contracting by Negotiation, using trade-off selection procedures in accordance with the, Federal Acquisition Regulation (FAR) 15.101-1, Department of Defense Federal Acquisition Regulation Supplement (DFARS) 215.3, Army Federal Acquisition Regulation Supplement (AFARS) 5225.3, Department of Defense Source Selection Procedures, Army Source Selection Supplement to the Department of Defense Source Selection Procedures, and this solicitation. Award will be made to the offeror who is deemed responsible in accordance with FAR Part 9, conforms to the solicitation requirements (such as terms and conditions, representations and certifications), meets all technical requirements, and presents the best value to the government, with a tradeoff between technical and cost/price. Failure to comply with the terms and conditions of the solicitation may result in the offeror being considered non-awardable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F18R0005/listing.html)
 
Place of Performance
Address: Ft Peck Dam, Fort Peck, Montana, 59223, United States
Zip Code: 59223
 
Record
SN04806803-W 20180203/180201231352-14161221ea7aa1813e55afecb100feef (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.