Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

Y -- John Day Powerhouse Bridge Cranes Rehabilitation

Notice Date
7/14/2009
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Portland, Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N08R0020
 
Response Due
7/29/2009
 
Archive Date
9/27/2009
 
Point of Contact
Barbara White, 503-808-4621<br />
 
E-Mail Address
Portland District, US Army Corps of Engineers
(barbara.a.white@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), Portland District (NWP) has a requirement for John Day Powerhouse Bridge Cranes, with a Magnitude of Construction ranging between $5,000,000.00 and $10,000,000.00. The work includes all operations required to provide the design and to perform the work required to rehabilitate both existing 375-ton bridge cranes as well as rail replacement and power distribution installation at the John Day Powerhouse. The bridge cranes shall be rerated, tested and certified at 385 tons. Work includes: a. Structural Work to replace operator cabs including new captain-style operator's chair with integrated control console on both the north and south bridge cranes. b. Crane Rail Track Replacement. c. Mechanical Work includes: replace gearboxes, replace all wire rope, replace all motors, brakes, and replace couplings, replace seals and bearings, align machinery and gearing to obtain proper alignment, rebuild main and auxiliary lower and upper blocks. d. Electrical Work includes: Replace the complete existing power and control systems and associated equipment including: main line conductors, panels, enclosures, transformers, wiring, wireways, festoons, and conduit; motors and brakes with winding and enclosure heaters; gear case heaters; limit switches; and lighting. As part of the new control system, provide new flux-vector variable frequency drives (VFD) for all hoists, and provide open-loop vector VFDs for all travel. As part of the new control system, provide remote (radio) control. Provide new load cells and indication system for all hoists. Provide indication in the operator's cab and on the radio remote transmitter. Provide PA system for both cranes Detailed specification will be inclusive in the solicitation package. A Site Safety and Health Officer (SSHO) shall be provided for all new contracts with this District. For this project, the person that will act as the SSHO is required to have a minimum of 3 years safety work with similar projects and a 30 Hour OSHA construction safety class (or equivalent) taken within the last 3 years. The SSHO may have no other duties for this work except function as the on-site CQC Manager. This procurement is open to both small and large business concerns; large businesses are required to submit a subcontracting plan. The NAICS Code is 811310 and the small business size standard is $7 million. Large business will be required to submit a small business subcontracting plan. The Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. Interested business concerns must be enrolled in the Central Contractor Registry (CCR) at www.ccr.gov to conduct business with the Department of Defense. A Request for Proposal (RFP) utilizing the Best Value/LPTA method will be issued. Evaluation criteria will be provided in the solicitation, and a single firm fixed-price contract may be negotiated as a result of this procurement. The solicitation for this project will be issued in electronic format on/or about 24 July 2009 with a proposal due date 30 days after issuance; a notice and link to download this solicitation via Army Single Face to IndustryASFI (https://acquisition.army.mil/asfi/default.cfm) will be posted on the Federal Business Opportunity (www.fbo.gov) when the solicitation is available for download. Interested parties must be registered in FedTeDS to download the solicitation information. Interested parties are responsible for checking the referenced websites for any update(s). The Government is not responsible for any loss of Internet connectivity or for any parties inability to access the document posted at the referenced websites. Technical Point of Contact is Steven Sipe at Steven.C.Sipe@usace.army.mil. Administrative matters related to the contract can be addressed by e-mail to Ken Piper at Kenneth.G.Piper@usace.army.mil. All inquiries regarding this solicitation are to be submitted via Bidder Inquiry. Telephone and email inquiries will not be accepted. Bidder Inquiry is a web-based program that allows bidders to post questions regarding the solicitation and to view all questions by other bidders and answers by USACE. Bidder Inquiry instructions will be detailed in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N08R0020/listing.html)
 
Place of Performance
Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR<br />
Zip Code: 97208-2946<br />
 
Record
SN01874159-W 20090716/090714235257-4499e19bf353c149f719073d7e19e7e5 (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 |
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.