Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6, 2001 PSA #2801
SOLICITATIONS

Z -- SPILLWAY GATE CONTROLS AND INDICATION, CHIEF JOSEPH DAM, WA

Notice Date
March 2, 2001
Contracting Office
US Army, Corps of Engineers, Seattle District, PO Box 3755, Seattle, WA 98124-3755
ZIP Code
98124-3755
Solicitation Number
DACW67-01-B-0009
Response Due
April 20, 2001
Point of Contact
Judith Tomlinson 206-764-6804
E-Mail Address
Judith Tomlinson, Contracting Specialist (judith.a.tomlinson@usace.army.mil)
Description
For each of the 19 spillway gates, provide an engineering study, re-design and replacement installation for two functions: 1)Control -- The spillway gates can be controlled manually from the gate, the SCC board in the operators' Control Room or through DACS. The existing Phoenix equipment located in the SCC boards is outdated and does not provide the reliability required when attempting to control the spillway gates. The new system shall provide control of the spillway gates from the SCC board independent of the existing or future DACS systems. The manual and DACS control methods are not included in this scope-of-work and 2)Telemetry -- The existing Selsyn system provides a 3-phase analog output that represents the mechanical position of the gate (angular relationship between the mechanical position of the spillway gate gear configurations and linear gate opening). The analog electrical signal is transmitted from the spillway to the powerhouse via a twisted pair cable. The gate position information is displayed in the Control Room where the receiving Selsyns are located. A digital synchro-converter, also located in the Control Room, converts the signal into a digital format providing gate positional information into the DACS. Due to inconsistent mechanical linkage, the system requires frequent zeroing to maintain the required signal accuracy. The new system shall provide an accurate, reliable, compatible, and timely signal to the DACS. This Solicitation will be issued as an Electronic Bid Set (EBS) on CD-ROM format only. EBS CD-ROM disks with plans and specs available on or about 21 March 2001 at no charge per set. EBS CD-ROM disks will be issued on a first come, first served basis until supply is exhausted. No phone requests accepted. Refer to IFB Number DACW67-01-B-0009 when registering. Requests may be made: by self registering on the web request form for the solicitation listed at http://www.nws.usace.army.mil/ct/. EBS CD-ROMs may be picked up from the Seattle District's Contracting Division located at 4735 East Marginal Way South, Seattle, WA Monday through Friday between the hours of 7:30 AM and 3:30 PM. Submit requests by 14 March 2001. Estimated dollar value is in the range of $250,000 through $500,000 and completion period is 210 days. The Standard Industrial Classification Code (SIC) has been replaced by the North American Industry Classification System Code (NAICS). The NAICS code for this project is 235310, which is matched to SIC Code 1731. Project is open to both large and small businesses. If you are a large business and your bid will exceed $1,000,000 you will be required to submit a subcontracting plan with goals for small, HUBZone, small disadvantaged, small woman-owned, and small veteran-owned concerns. For the purposes of this procurement a concern is considered a small business if its average annual gross revenue, taken for the last 3 fiscal years, does not exceed $11.5 Million. Proposed procurement will result in a fixed-price contract. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/ and the Seattle District, Corps of Engineers, web site at http://www.nws.usace.army.mil
Web Link
Seattle District, Corps of Engineers, Contracting Page (http://www.nws.usace.army.mil/ct/)
Record
Loren Data Corp. 20010306/ZSOL016.HTM (W-061 SN50F0T5)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on March 2, 2001 by Loren Data Corp. -- info@ld.com