Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2011 FBO #3452
SOLICITATION NOTICE

Y -- Fishway Exit Cranes 9 and 10 Replacement, McNary Dam, Umatilla, Oregon

Notice Date
5/6/2011
 
Notice Type
Presolicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-R-0034
 
Response Due
6/23/2011
 
Archive Date
8/22/2011
 
Point of Contact
Jani Long, 509-527-7209
 
E-Mail Address
USACE District, Walla Walla
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), Walla Walla District has a requirement for replacement of two fishway exit cranes at McNary Dam. This requirement will be issued using the two-phase design-build selection procedures. Phase 1 will be issued as a Request for Qualifications (RFQ). Of the offerors submitting phase 1 proposals, a maximum of four offerors will be selected to submit phase-two proposals. The following evaluation factors will be used in this process: Phase 1 Evaluation Factors include Design Experience, Manufacturing Experience, and Past Performance. Phase 2 Evaluation Factors include Crane Design Approach, Management Approach, Proposal Risk, Small Business Participation, and Price. The scope of work for this project includes design, manufacture, install and test two portal or derrick cranes including a jib, which will be able to travel on the existing rails. Cranes shall be rated for total load of 10 tons at a pick radius of 40 ft able with a full jib rotation of 360 degrees. The cranes shall be installed at north and south fish exits of McNary Dam. The existing cranes shall be removed and disposed of offsite. The cranes shall be portal type cranes rated for 10 tons; both cranes shall be fitted with a pivoting mechanism that allows for multiple full jib and cab rotations of 360 degrees with a maximum pick radius of 40 ft. New crane trucks shall be required to run on existing #60 ASCE rails. Each crane's components include, but are not limited to, drive trucks, storm brakes, operators cab, cable reel, controls, load monitoring system and complete hoisting equipment (motors, brakes, gearboxes, drums, wire rope, etc.). The contractor shall construct each crane on site and perform load testing in accordance with ASME B30.2 and other specific criteria noted in the solicitation. An operator's cab and a remote control shall be provided to operate the crane. The operator's cab shall have human machine interface touch screens. The crane controls shall be based on a VFD system that conforms to the applicable requirements of IEEE Std 519 and the crane control system components shall comply with the applicable provisions of NEMA ICS 8. The crane shall have the latest technology currently in use for communication, load indication and CCTV/visual monitoring systems. The power source for the crane shall be a cable reel fed from a single 70Amps, 480 VAC, 3 phase circuit in switchgear located at the end of the fish way exit structure. The contractor shall upgrade the switchgear main power feed to 200Amps, 480 VAC, 3 phase service. Each crane shall be custom designed and fabricated to meet specific operational requirements as no pre-engineered kit cranes will be allowed. The cranes will be a turn-key project from design to installation. The contractor shall clearly demonstrate that its firm has technical experience as either the designer or manufacturer. Additionally, the contractor shall be responsible for the removal of 2 portal cranes currently located where the new cranes will be installed (north and south fish way exits). Contractor shall comply with all local and federal laws that govern the disposal of hazardous materials such as lead based paints and asbestos containing materials. Request for Qualifications (RFQ) for Solicitation No. W912EF-11-R-0034 will be posted to the FBO website on or about May 23, 2011. Responses will be due no sooner than 30 calendar days after actual solicitation issuance date. The proposal due date will be contained in the RFQ and any amendments that may be issued. Solicitation is open to both large and small business concerns. NAICS code for this project is 333923, and the small business size standard is 500 employees. When available, the RFQ for this project will be posted on FedBizOpps.gov https://www.fbo.gov. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. NO CDs OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced site for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on FedBizOpps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-0034/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02441768-W 20110508/110506234214-636e19749a0dde14172765d19da03bda (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.