SOLICITATION NOTICE
Z -- New Cumberland Hydraulic Replacement
- Notice Date
- 7/10/2018
- 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, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
- ZIP Code
- 15222-4186
- Solicitation Number
- W911WN18B8009
- Point of Contact
- Connie L. Ferguson, Phone: 4123957551
- E-Mail Address
-
connie.l.ferguson@usace.army.mil
(connie.l.ferguson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, Pittsburgh District has a requirement at New Cumberland Locks and Dam located in Stratton, Jefferson County, OH and Hancock County, WV to replace the existing centralized hydraulic system and hydraulic distribution piping used to operate the main chamber hydraulic equipment with a localized hydraulic system at the four corners of the main lock chamber. Each local hydraulic system would be dedicated to operate one miter gate leaf and one lock filling/emptying tainter valve. Specific features, important elements and details that are required as part of the lock hydraulic system replacement are: 1. This system shall be inclusive of four separate, custom hydraulic power units (HPUs), electrical power, and associated controls and piping to operate the HPUs. 2. HPU shall be immersible and will be located in each expanded miter gate pit and piped via the existing lock wall gallery or trench to each corresponding miter gate and tainter valve. The HPU will consist of a packaged motor, pump, reservoir, and related hydraulic appurtenances. The new HPUs will be connected to the existing equipment in scheduled phases. Minor concrete work will be required to expand and repair current recesses in the lock wall to accommodate this new equipment. One HPU would operate the machinery at one corner of the lock chamber, requiring two units on the middle wall and two units on the river wall. The existing river wall trench is covered by 4-inch concrete caps and plating, which will be removed. The trench will require material and service utility removal prior to installation of new electrical wire runs. The river wall trench shall be re-covered with new galvanized grating. 3. HPU shall consist of a 60HP motor driving a variable volume piston pump capable of delivering 75gpm maximum flow rate. The HPU reservoir shall be stainless steel with secondary containment, and lifting lugs. Pump motor, pump, and fittings shall be mounted to the HPU. The manifold block shall be stainless steel. 4. New motor control center (MCC) on the second floor of the middle wall Operations Building will serve as the power distribution point for the new HPUs at each corner of the lock. NEMA Size 4 motor starters and branch circuit protection shall be provided for each 60 HP motor. Modifications to the existing middle wall MCC will be required. All new branch circuit feeders will be installed from the middle wall MCC to each HPU. 5. New concrete control shelter will be provided to replace the existing fiberglass upstream control shelter and new operator control station with new miter gate controls shall be provided in the existing downstream control shelter. The upstream control shelter (CS1) will contain the controls and status displays for the HPUs and joysticks for the upstream miter gates. The downstream control shelter (CS4) will contain the controls and status displays for the HPUs and joysticks for the downstream miter gates. The new miter gate controls will integrate with the existing interlock system and will provided transparency to the operators. 6. Construction work will occur in close proximity to commercial navigation traffic and the operating lock chamber staffed and operated 24 hours a day, 7 days a week. Close coordination and construction activities will be required with the Contracting Officer and the Lockmaster at the facility. Since there is only one operable lock chamber, temporary lock closures will be limited to short duration closures (less than 8 hours) only to allow the phased switch over of the HPU equipment and controls. Long term lock outages will not be permitted. 7. Disposal of removed materials, concrete rubble and other construction waste material will be at a commercially permitted facility licensed to accept the waste or recycled if applicable. The Magnitude of Construction for this project is $1,000,000.00 to $5,000,000.00. This acquisition will be a 100% set aside for Small Business. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. All responsible offerors are encouraged to participate. The work shall be completed within 275 calendar days after written Notice to Proceed. The Invitation for Bid (IFB) will be issued approximately 25 July 2018, online through Federal Business Opportunities (FBO.gov), therefore, requests for hardcopies of the solicitation will not be honored. In order to receive notification of any amendments to this solicitation, interested vendors must register as an interested vendor on the FBO.gov website. If you are not registered, the Government is not responsible with providing notification of any changes to this solicitation. Contractors must be registered in the System for Award Management (SAM) before receiving a contract award (go to www.sam.gov to register). Please be aware that SAM now requires a Notarized Statement as part of their registration and renewal process. This process could take more than ten (10) days. The NAICS for this procurement is 237990, "Other Heavy and Civil Engineering Construction" and the small business size standard is $36.5 Million. ATTENTION: For companies new to the Army Corps of Engineers, Pittsburgh District, the link below will take you to a training Powerpoint slide presentation which will provide information essential to new contractors to help them navigate our bidding process. It will also help them to make their bid-no bid decision as it contains information on what will be required on a Post-Award performance basis - submittals, timelines, deadlines & milestones, necessary paperwork you need to supply, etc. This will help you capture items needed in your bid so that there are no surprises later on. This training is not mandatory to be considered qualified to bid; it is meant as a means to assist you in becoming better prepared to work with the Corps of Engineers, Pittsburgh District. You can access the training using the link below: http://www.lrp.usace.army.mil/Portals/72/docs/SmallBusiness/Solving%20the%20Mystery%20-Understanding%20USACE%20Pittsburgh%20Contracting%20Process.pptx You may give feedback on the training package to the District's small business specialist using the email address of LRP.SBO@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN18B8009/listing.html)
- Place of Performance
- Address: New Cumberland Locks and Dam, Stratton, Ohio, 43961, United States
- Zip Code: 43961
- Zip Code: 43961
- Record
- SN04985129-W 20180712/180710231126-83000f57a2a27e28f2a755bf2ab1c270 (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 |