Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2012 FBO #3785
SOURCES SOUGHT

Y -- Sources Sought for Bolivar Dam Service Gates Replacement

Notice Date
4/3/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-12-R-SS02
 
Response Due
4/13/2012
 
Archive Date
6/12/2012
 
Point of Contact
Matthew Wilson, 304-399-5297
 
E-Mail Address
USACE District, Huntington
(matthew.c.wilson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is not a solicitation announcement. The purpose of this announcement is to gain knowledge of potential qualified small business sources such as 8(a), HUBZone, small disadvantaged and service-disabled veteran-owned businesses relative to North American Industrial Classification System code 237990, which has a size standard of $33.5 million in average annual receipts. The project construction includes the installation of six Service Gates (five will require fabrication and one to be Government Furnished) in the Bolivar Dam, Ohio intake structure, and rehabilitation of the gates recesses including repair, cleaning and painting of liner and repair of areas of damaged concrete. The Service Gates machinery and electrical components will also be upgraded as part of this contract. One emergency bulkhead will be Government Furnished for use by the contractor. The gates replacement/installation and embedded metals rehabilitation will impact the project operation significantly and require the contractor to prepare and obtain approval of a detailed construction schedule and plan to minimize impact to project operations, conduct dewatering to perform repairs, implement emergency procedures during high water events, incorporate contractor quality control, and provide for safety of workers during construction. Responses shall include a qualifications statement along with documentation to support Technical Capabilities and Specialized Experience for the following: 1.Service Gates - The current service gates were designed and built by Hardie-Tynes Manufacturing, around 1937 and exhibit heavy corrosion on the bottom horizontal girders and rivets. The replacement gates will be made of structural steel welded construction rather than the current "riveted construction". The new gates must fit in the existing recesses and meet the specifications of the new machinery. The Government has procured under a separate contract and will furnish one Service Gate and Emergency Bulkhead upon the project contract award. The Government furnished Service Gate will be installed by the Contractor. 2.Sluice Gate Recesses and Cast Iron Liners - Visible areas of the gate recesses, including the steel rails and concrete, exhibited significant deterioration. The poor condition of the recesses has lead to operational problems therefore repairs are required to correct the operational deficiencies. Once the concrete repairs are completed, the Cast Iron Liners and embedded metals will be sand blasted and painted as per project specifications. Testing of Service Gate and rehabilitated machinery will be required to demonstrate satisfactory repairs per contract specifications. 3.Electrical and Mechanical Upgrade of Operating Equipment - The mechanical operating equipment will be refurbished including installation of new or refurbished components such as; motor rehabilitation, new brakes, conversion of aluminum bronze bushings to greaseless bushings, new wire rope, new wire rope sheaves, new couplings, non-destructive testing of existing gears, and supply one spare set of open gearing. Once the rehabilitation is complete, the Contractor will be required to demonstrate that the repairs are acceptable by conducting operational tests. The electrical upgrade will involve partial modifications to the existing service entrance equipment and replacement of all primary electrical distribution equipment in the intake structure. The project power is provided at 120/208V three phase. At the point of commercial service, the work will include removing obsolete equipment from the meter stand, upgrading the feeder to the intake structure, and installing a mobile generator connection point for standby service from the fleet mobile generator. In the intake structure, the work will include removing the existing 30KVA generator and all associated equipment, replacing the power distribution panel board, replacing all branch circuit wiring, and upgrading all operating floor and gate well lighting. In addition, replace of all (6) gate motor controls including push button stations, motor starters and controls, and gate position indicating equipment. Additionally, contractors are requested to provide the following Past Performance information: A list of relevant projects, current and/or completed, in the past five years that best demonstrates competence with this type of work; include dates, locations, types of contracts, dollar amounts/values, description of the work and references. Responses to this sources sought announcement must include the contractor's type of business such as 8(a), HUBZone, etc. Contractors are hereby encouraged to make known their interest in this type of work. Please email or fax your qualification statement to matthew.c.wilson@usace.army.mil, fax: (304) 399-5281 by close of business of April 13, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-12-R-SS02/listing.html)
 
Place of Performance
Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN02712438-W 20120405/120403235300-b3db569d094ed295e604daceb7042bed (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.