SOLICITATION NOTICE
Z -- Replace Spillway Chains at Norfork Dam
- Notice Date
- 2/14/2012
- Notice Type
- Presolicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S-12-R-0004
- Response Due
- 2/29/2012
- Archive Date
- 4/29/2012
- Point of Contact
- Marcus Mitchell, 501-324-5720
- E-Mail Address
-
USACE District, Little Rock
(marcus.d.mitchell@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Pre-solicitation Notice W9127S-12-R-0004: This solicitation will be advertised as a Total Small Business Set Aside. The North American Industrial Classification System (NAICS) Code is 238290 (Specialty Trade Contractors). The small business size standard is $14 million. The Contractor shall provide all labor, materials, and equipment, other than that provided by the Government as described herein, to accomplish the following work for the rehabilitation of the twenty-four (24) existing spillway tainter gate hoists that operate the twelve (12) gates. Design the new wire rope hoist system to replace the existing hoist chains. The new system shall work with the existing motors, shaft, and controls. Disconnect and remove the existing lifting chains, sprockets, gate chain connection plates, sprocket guards and miscellaneous items. Attach new wire rope gate pin connection plates to the gates. Paint the newly installed gate pin connection plates and any areas where the existing paint has been removed or affected by the project work. Paint and install the new wire rope drums and wire rope assemblies on the existing gate hoists and connect to the new gate pin connection plates. Paint and install new drum guards and connect to hoists. Adjust wire rope assemblies, recalibrate existing indicator dials, and test. Provide Operations and Maintenance Manuals, including drawings, as built drawings, spare parts list, and instruction book. As-Built Drawings shall be arranged on drawings to physically represent the location of equipment. All components shall be tested in accordance with UFGS guide specifications requirements. The Contractor shall field verify all cable lengths and loads required. All work shall be in accordance with the Scope of Work, contract specifications and drawings. Contractor shall field verify all scope of work related equipment and dimensions prior to bid. Any deviations shall be submitted for approval prior to any work being done. Provide all cranes necessary to install new equipment in the dam. Remove necessary hatches and construct necessary temporary supports to install new equipment components. Reseal dam hatches as-needed to prevent intrusion of water below hatches. Hatch seals shall be resealed with same/or equal material. Shim all hatches to make flush with pavement and to seat properly all around. All crane work shall be in accordance with Safety manual regulations and all other applicable standards. All equipment shall be installed in accordance with the manufacturer's recommendations and the requirements of the contract. All materials shall be new and shall be stored in accordance with the manufacturer's recommendations. A copy of records and tests, as well as the record of correction actions taken, shall be furnished to the Government. The Contractor shall analyze the existing equipment and controls to determine the necessary connections and interfaces to the new equipment furnished under this contract. The Contractor shall take six sets of chains, sprockets, and other associated parts being removed and replaced, clean them and crate them for storage in wooden palletized boxes, and deliver them from the work site to Norfork powerhouse upon completion of work, or at a time prior if coordinated with the COR. Other work is currently ongoing at this location, and this and other work may coincide with the contractor's duties and schedule. The contractor may be required to coordinate with other contractors in the same work area, and should be prepared to do so. The contractor shall use the existing spillway closure structures to calibrate the tainter gate limit switches as they are re-commissioned. Solicitation will be issued as a Request for Proposal (RFP) utilizing Simplified Acquisition Procedures per FAR 15. This solicitation will be issued via Internet at the Army's Single Face to Industry Website (ASFI) and the Federal Business Opportunity (FBO) Website on or about February 29, 2012. It is each offeror's responsibility to download the solicitation from the internet website. No paper copies will be provided. Notification of amendments shall be made via the Internet as well. It is therefore the contractor's responsibility to check the ASFI or FBO website daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://acquisition.army.mil/asfi/solicitation_search_form.cfm or https://www.fbo.gov/ and search for Solicitation Number W9127S-12-R-0004. All offerors are encouraged to visit the Army's Single Face to Industry Website at https://acquisition.army.mil/asfi and www.fbo.gov to view other business opportunities. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. The contract specialist for this solicitation will be Marcus Mitchell. All questions or comments should be forwarded in writing by fax at (501)324-5196 or by e-mail to
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-12-R-0004/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN02675222-W 20120216/120215000044-ea89fd3dfbb6ce4b639f2dc62e851619 (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 |