Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2012 FBO #3844
SOURCES SOUGHT

Z -- Replacement of Gantry Crane Electrical System, Nimrod Dam, Fourche La Fave River, Yell County, Arkansas

Notice Date
6/1/2012
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S12R0030
 
Response Due
6/12/2012
 
Archive Date
8/11/2012
 
Point of Contact
Glenn Jenkinson, 501-324-5720
 
E-Mail Address
USACE District, Little Rock
(glenn.jenkinson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS For Replacement of Gantry Crane Electrical System, Nimrod Dam, Fourche La River, Yell County, Arkansas THIS IS AN UPDATED AND CORRECTED VERSION OF PREVIOUS SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS Respondents will not be notified of the results of this synopsis. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award procurement for the Rehabilitation of Gantry Crane, Nimrod Dam, Fourche La Fave River, Yell County, Arkansas. This proposed requirement will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB),Small Disadvantage Business, Veteran Owned, and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate.. Description/Scope of Work: Rehabilitation of Gantry Crane, Nimrod Dam., Fourche La Fave River, Yell County, Arkansas. This will be a Firm Fixed Price Contract. The work will is divided into the disciplinary sections as follows: Structural Work a. Design and fabricate new structural components including motor mounts, brake mounts, and panel mounts required for mechanical and electrical work. b. (Option) Design and fabricate safety guards for open gearing and other safety concerns on trolley. Mechanical Work Anticipated mechanical work is summarized as follows: a. Remove and discard existing wire rope, motor, and brake on systems awarded in this contract. The new motors shall be compatible with new controls. b. (Option) All open gearing shall be cleaned, inspected, and lubricated for service. Electrical Work Anticipated electrical work is summarized as follows: a. The 480 volt power for the gantry crane will be from the plugs in parapet wall. (Option) Plugs will be replaced with circuit-lock watertight mechanical interlock, pin and sleeve, nonmetallic including cable. b. New complete electrical power, lighting, and control systems. (1) The new control system shall be conventional relaying, not PLC. Human Interface Machine (HMI) won't be provided. (2) The panels and enclosures shall be NEMA 4. All panels shall be climate-controlled, utilizing anti-condensation heaters and fans as required to maintain an environment acceptable to the VFDs. A 120 volt circuit shall be added for the climate control while the gantry crane is in the resting position. All panels with hinged door panels shall be keyed. (3) Gantry and travel motions shall be controlled by open-loop vector VFDs. All VFDs shall be provided with drive-isolation transformers. All VFDs shall use dynamic braking to control motion, and dynamic braking resistors shall have thermal capacity of Class 160 series or better, rated continuous duty. (4) All motors shall be TEFC or TENV as necessary to maintain temperature ratings. The motors will be inverter-duty with Class F or H insulation to maintain appropriate temperature rise. (5) The gantry drive master switch shall have a drift button for coasting. (6) The hoist drive shall be single speed relay controlled. There is an option for the hoist to be a flux vector (closed loop). VFDs for hoist shall have a feature which allows for controlled over speeding with light loads; up to 200% rated capacity, inversely proportional to load. (7) All electric holding brakes shall be actuated by dc armature. Hoist brakes shall be shoe-type. Travel brakes shall be disc-type. (8) Transformers and resistor banks shall be located on the downstream cross member. (9) Limit switches shall be NEMA Type 4X. Hoist shall have redundant upper limit switches: one weighted-lever switch and one rotary switch to prevent two-blocking. Main hoist shall have a single rotary lower limit to prevent losing dead-wraps, or worse, over-wrapping. Gantry travel shall have lever-arm limit switches that will actuate trip arms located at each end of the respective runways. The trip arms shall be modified or new as necessary. (10) All conduits shall be galvanized rigid metal, except at motor connections, where liquid-tight flexible metal is used. (11) The operator control panel shall have locking covers. d. Provide an emergency stop pushbutton on the pendent control. Another emergency stop pushbutton at VFD cabinet. e. Crane shall be supplied with a transient voltage surge suppression system for the power. Provide all necessary TVSS to protect all control systems. f. A festoon type power feeder shall be utilized for the trolley. Miscellaneous Work Anticipated miscellaneous work is summarized as follows: a. Lead-based paint and painting shall be done only in areas where work is performed or where damage has occurred under this contract. b. Only asbestos containing parts should be the brakes on the crane. c. A new gallery hoist and electric trolley shall be provided including power cable, same length as existing; plug, to match existing outlets; and pendent control. d. Upon completion of work, contractor shall perform inspection and load testing at 125% of 20 tons. Load testing will more than likely be accomplished using steel, concrete, or water bags. e. Perform functionality tests with a gate. f. Provide inspection reports, operation and maintenance manuals, and as-built drawings. g. Provide operator and maintenance training. This will be a Firm Fixed Price contract. The magnitude of construction is between $100,000 AND $250,000 CONSTRUCTION. Each contractor must meet full bonding capacity. NAICS Code: 237310 Small Business Size Standard: $33.5M FSC Code: Z1KF Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15%of the cost of contract performance incurred for personnel shall be expended for employees of the concern for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Experience: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, and customer satisfaction and dollar value of the project. Minimum of 3 but no more than 5 similar jobs. 4. Firm's small business category and Business Size (Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. 5. Firm's Joint Venture information if applicable - existing Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00pm CST on 12 June 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email your response to Glenn Jenkinson, glenn.jenkinson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S12R0030/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02763507-W 20120603/120601235107-e6143c40771cb9cf05677a645855fa14 (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.