SOLICITATION NOTICE
Z -- Cochiti Lake Gate Automation, Cochiti Lake, Sandoval County, New Mexico
- Notice Date
- 11/7/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP-07-B-0005
- Response Due
- 12/22/2006
- Archive Date
- 2/20/2007
- Small Business Set-Aside
- N/A
- Description
- COCHITI LAKE GATE AUTOMATION, COCHITI LAKE, SANDOVAL COUNTY, NEW MEXICO. The proposed procurement is unrestricted, open to both large and small business concerns. NAICS Code 334513/SIC Code 3823, with a size standard of 500 Employees. The magnitude o f construction is between $500,000.00 and $1,000,000.00. Bonding will be required for this acquisition. Offerors attention is directed to Section 00100 in the Solicitation for information regarding the tour of the site. Offerors are advised that this requi rement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. THE PROJECT includes the installation of monitoring and control devises at Cochiti Dam to provide for the automated and remote control of the service and emergency gates. Equipment includes new directional control valves for the gates, gate position senso rs, a SCADA system, closed circuit television cameras, radio communication links, and control station monitors. Project Requirements: The system shall provide a means for remote and preprogrammed operation of the emergency and service gates. Remote operations will be carried out from the Project office. In addition the system will maintain the means to transfer fr om computer to full manual operation. The system will be configured to operate three gates with balanced settings for flows greater than 950cfs; two of three gates in alternating mode for flows less than 950cfs; and one gate in alternating fashion for flo ws less than 400-500cfs or when gate openings are less than one foot. Changes in gate opening will be incremental to limit surge conditions. Video cameras are required to permit visual verification of gate positions. Stream gage and pool stage informati on will be incorporated into the system display. Operations Building: The control system workstation will include a personal computer with 2-20 LCD monitors, keyboard, mouse, printer, and un-interruptible power supply. The computer will include a separate password protected CROM and memory card reader to prevent the addition of unauthorized programs. The system will be configured as a dedicated control computer. Operating Room Level: The remote control panel on Operating Room Level will be replaced with a new PLC Controller. Connection to the operations building will be via a network radio installed on the roof. The new control panel will include a Human-Machin e-Interface (HMI) display panel, pushbuttons and pilot lights. The HMI panel will be used to display gate position, and system alarms. The HMI will be used to show video of the slide gate chamber. The PLC system will be completely dual redundant for max imum reliability. Hydraulic Machinery Room Level: The directional control valves will be replaced with new commercially available equipment. Some modification to the piping manifold will be required. An analog pressure sensor and HIGH-LOW oil level switches will be add ed to the hydraulic power unit to permit the control system to monitor system status via the PLC system. Pump MOTOR RUNNING, and ALARM contacts will be incorporated into the control system. A remote PLC cabinet will be located on this level. All PLC inputs and outputs from the Slide Gate Chamber Level will be routed to this level. A fiber-optic network connection to the PLC master on the Operating Room Level will be installed. Control signals and video feed from the PTZ cameras will be carried on t he fiber link. The existing motor starters are obsolete. The starters will be replaced with new units with an available parts source. Slide Gate Chamber Level: In order to monitor True gate position at all times, the Selsyn motor position indication system will be replaced with more accurate position indicating resolvers. Redundant resolvers and FULL OPEN, HALF OPEN, and FULL CL OSED limit switches will be added to each gate to verify position . The existing gate position staff gages will be retained and two PTZ cameras will be added to permit remote assessment of the actual position of each gate. Redundant high water level floats will be added to the sump pump pit to alert the operator of wat er in the Slide Gate Chamber. Backup manual operation of the control system will be maintained on this level. The manual controls in the chamber will be replaced and a hydraulic power unit pump ON/OFF pushbutton and EMERGENCY STOP pushbutton will be added to allow the operator to start system from the Slide Gate Chamber Level. Outlet Works: A separate PTZ camera, illumination fixtures, and network connection will be installed to assess the discharge channel. Connect and interface the control system to the existing USGS gauging system to monitor the outflow from the gates. Albuquerque District Office: The SCADA system shall be connected to the Governments Wide Area Network to allow remote monitoring and control from designated computers in the Albuquerque District Office. THE PROJECT will be advertised as an Invitation for Bid (IFB). The IFB Plans will be issued on or about 22 November 2006, with bid opening on or about 22 December 2006. Proposed procurement will result in a firm-fixed price contract. Questions of a tech nical nature should be addressed to Leverett Bogle at (505) 342-3275 or e-mail at: Leverett.L.Bogle@spa02.usace.army.mil. OFFERORS MUST BE REGISTERED with Central Contractor Registration (CCR), in order to receive a Government Contract award. To register, the CCR Internet address is: http://www.ccr.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related informat ion for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contra ctors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/fr m.vendorlogin?openform&SolicitationNumber=W912PP-07-B-0005. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. You are advised that FedTeds currently does not have a plan holders list capability. Therefore, offerors are encouraged to post notices of prospective subcontracting opportunities on the FedBizOps website at www.fbo.gov.
- Place of Performance
- Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
- Zip Code: 87109-3435
- Country: US
- Zip Code: 87109-3435
- Record
- SN01177532-W 20061109/061107220921 (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 |