Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2021 SAM #7103
SOLICITATION NOTICE

Y -- Libby Dam Intake Crane Replacement, Libby, MT.

Notice Date
5/11/2021 3:32:53 PM
 
Notice Type
Presolicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW21R0028
 
Archive Date
06/15/2021
 
Point of Contact
Alex R. Marcinkiewicz
 
E-Mail Address
alex.r.marcinkiewicz@usace.army.mil
(alex.r.marcinkiewicz@usace.army.mil)
 
Description
FOR INFORMATION ONLY: This Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Pre-Solicitation notice should be submitted in writing via email to Point of Contact(s) indicated below. Construction Project: Libby Dam Intake Crane Replacement, Libby, MT. Libby Dam is located on the Kootenai River, a tributary of the Columbia River and located near the town of Libby, Montana. The existing intake crane was designed and fabricated by Fulton Shipyard and installed in 1973. The crane has 3 hoists, each on independently operated trolleys, and performs the multiple functions described below. Main Hoist � The 75 ton main hoist is used to deploy the penstock gates for emergency closure. The hoist has a permanently installed, 2 part lifting beam.� The main hoist of the crane is unique in that as the load is lowered in the slot, the lifting beam engages a ledge and splits in half.� This doubles the reeving from 8 to 16 parts and effectively doubles the load capacity.�� A total load of 150 tons can be placed on the lifting beam without exceeding the rated load of the crane. Auxiliary (Aux) Hoist � The 60 ton auxiliary hoist is used to deploy the sluice gate for emergency closure, place penstock bulkheads, and lift various hatch covers. Trash Rack Hoist � The 10 ton trash rack hoist, is rated 10 tons, is used to remove the trash racks and lift various covers Table 4, below summarizes the existing crane configuration: Table 4. Existing Crane Configuration Gantry Span 30 feet Rated Travel Speed 130 fpm Main Hoist and Trolley Rated Capacity 75 tons Rated Hoisting Speed 16.2 fpm Vertical Lift 271 feet Hook Travel 24 feet Trolley Span 30 feet Trolley Travel Speed 15.3 fpm Auxiliary Hoist and Trolley Rated Capacity 60 tons Rated Hoisting Speed 12 fpm Vertical Lift 281 feet Hook Travel 20 feet Trolley Span 25 feet Trolley Travel Speed 15 fpm Trash Rack Hoist and Trolley Rated Capacity 10 tons Rated Hoisting Speed 20 fpm Vertical Lift 255 feet Hook Travel 38 feet Trolley Span 25 feet Trolley Travel Speed 24 fpm Scope of work: Design, fabricate, transport to site, install, and commission a new intake gantry crane. The new crane will have 3 hoists, located on 2 trolleys at two different levels.� The main hoist trolley will support the 100-ton Main Hoist.� The Aux and Trash trolley will support the 70-ton Aux Hoist and 15-ton Trash Rack Hoist. Hoist functions are largely identical to existing. The new crane will have an onboard emergency generator fueled by liquid propane. Design, fabricate, transport to site, and test five new lifting beams for the new intake gantry crane Main Hoist Lifting Beam Sluiceway Emergency Closure Gate Lifting Beam Penstock Bulkhead Lifting Beam Penstock Trash Rack Lifting Beam Selective Withdrawal Lifting Beam Remove existing gantry crane and lifting devices from site. Remove existing rail heaters and replace with new rail heaters, including removal and re-installation of asphalt in the rail pockets. Remove existing crane electrification system and replace with new crane electrification system. The existing intake crane provides critical powerhouse functions the loss of which loss of crane use or coverage negatively impacts powerhouse operations. The changeover between the old crane and new crane must be coordinated with Libby Dam to minimize outage. The Dam Operations will carry on during work under this Contract. Expected magnitude of construction is between $10 million and $25 million. Solicitation number W912DW21R0028 will be posted to the Beta.Sam.Gov site, on or about 27 May 2021. The solicitation will be a Request for Proposals (RFP). Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. See the solicitation for details about proposal due date. The NAICS code for this procurement is 333923, the solicitation will be issued for full and open competition. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the Beta.Sam.Gov website under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for a offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, log in to Beta.Sam.Gov and add the solicitation to your Watchlist. The Response Date listed elsewhere in this pre-solicitation notice is for Beta.Sam.Gov archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards. Contracting Office Address: Attn: CENWS-CTC PO Box 3755 Seattle, Washington 98124-3755 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b304b9995e19416785ac7ea7d2a7a7b3/view)
 
Place of Performance
Address: Libby, MT 59923, USA
Zip Code: 59923
Country: USA
 
Record
SN05997974-F 20210513/210511230055 (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.