Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
MODIFICATION

39 -- JOHN DAY LOCK & DAM POWERHOUSE SUBMERGED TRAVELING SCREEN (STS), NEW 130 TON GANTRY CRANE

Notice Date
7/28/2020 2:02:54 PM
 
Notice Type
Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N20R0005
 
Response Due
8/27/2020 2:00:00 PM
 
Archive Date
09/11/2020
 
Point of Contact
Melanie A. Barrett, Phone: 5038084617, Mitchell J. Johnson, Phone: 5038084606
 
E-Mail Address
Melanie.A.barrett@usace.army.mil, mitchell.j.johnson@usace.army.mil
(Melanie.A.barrett@usace.army.mil, mitchell.j.johnson@usace.army.mil)
 
Description
SOLICITATION FOR THE JOHN DAY LOCK & DAM POWERHOUSE SUBMERGED TRAVELING SCREEN (STS), NEW 130 TON GANTRY CRANE � SOLICITATION W9127N20R0005 The U.S. Army Corps of Engineers, Portland District has a new requirement for a New 130 Ton, Submerged Traveling Screen (STS) Gantry Crane, at the John Day Lock and Dam, near Rufus, OR.� This work consists of replacing the existing John Day Dam Powerhouse Submerged Traveling Screen (STS) 90 Ton Gantry Crane located at the John Day Lock and Dam, north of Rufus, Oregon. This project will consist of designing, manufacturing, factory testing, transporting, erecting, and field testing a new 130 ton, outdoor gantry crane comprising of a main hoist, an auxiliary hoist, and a latching hoist.� The crane system will have built-in capabilities to meet a range of operating conditions, and modes that include:� variable speed control; interlocking operating mode controls to eliminate operating hazards, reduce safety risks, and prevent use of systems that could result in equipment damage.� The crane will need to be able to adapt to lifting different loads and load types under changing outdoor environmental conditions (such as high winds and variable weather conditions), and the ability to manage and handle loads underwater over a wide elevation range.� In addition to the new crane work, the contractor will deconstruct/disassemble the existing 90 Ton STS Crane and safely remove it, in compliance with all environmental requirements. Known Constraints: 1. At no time during the project shall the powerhouse be without an operational STS gantry crane. The Corps of Engineers will ensure operability of the existing 90 Ton STS gantry crane. 2. The new STS Crane must be assembled at the south end of the rails so that the existing gantry crane can be used by the Government to access all of the main units during the assembly of the new crane.� The construction area of the new 130 Ton STS Crane cannot impede the existing STS Crane operations.� Based on how the old and new cranes are oriented, once the demolition starts on the existing crane, the new STS Crane will be unavailable for use (due to its location between the end of the runway and the existing crane), that it cannot travel.� 3. Demolition of the existing crane will also be at the approved end of the rails as located on the contract drawing(s). The busiest season for trash raking is between 15 March and 15 June.� Dependent on approved schedules, the new STS gantry crane should be completed and ready for service no later than 15 April 2022. The existing crane demolition is anticipated to be between 1 August 2022 and 31 August 2022.� Both the existing and new STS gantry cranes will be on the same rail at the same time, located at the south end. 4. During construction and demolition phases of the work, road access across the top deck of the dam must be maintained. a. Road closure requests must be coordinated with the COR and Operations. b. For longer term road closures, through access may be limited to the start, middle, and end of the work day.� c. At the end of the Contractor's work day the road access must be passable. 5. This solicitation will use a FAR Part 15.101-1 Best Value Tradeoff Process. This is a hybrid supply with construction installation contract. Acquisition will provide for Full and Open Competition. Primary Point of Contact:� � � � � � � � � � � � � � � � � � � � � Melanie A. Barrett� � � � � � � � � � � � � � � � � � � � � � � � � � � � �� Contract Specialist� � � � � � � � � � � � � � � � � � � � � � � � � � � �� Melanie.A.Barrett@usace.army.mil� � � � � � �� Phone:� (208) 386-0319� � � � � � � � � � � � � � � � � � � � � � � �� Secondary Point of Contact: Mitchell J. Johnson Contracting Officer Mitchell.J.Johnson@usace.army.mil Place of Contract Performance: John Day Lock and Dam (North of Rufus), OR 97050 U.S.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54661118f2414329b225e7bc575b8039/view)
 
Place of Performance
Address: Rufus, OR 97050, USA
Zip Code: 97050
Country: USA
 
Record
SN05735627-F 20200730/200728230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.