SOLICITATION NOTICE
37 -- BRIDGE CRANE WITH INSTALLATION
- Notice Date
- 9/5/2012
- Notice Type
- Presolicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Bogota Branch (PARC Americas 410th CSB), KO Directorate of Contracting, Unit 5136 US Embassy Colombia, APO, AA 34038-0008
- ZIP Code
- 34038-0008
- Solicitation Number
- W913FT12R0053
- Response Due
- 9/5/2012
- Archive Date
- 11/4/2012
- Point of Contact
- ASTRID PARDO, 5713832386
- E-Mail Address
-
Bogota Branch (PARC Americas 410th CSB)
(pardoaj@tcsc.southcom.mil)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK (SOW) SEMI GANTRY BRIDGE CRANE, BUENAVENTURA 1.0SCOPE OF WORK: The vendor shall provide and install the Semi Gantry Bridge Crane in the maintenance hangar at the Coast Guard Station in the municipality of Buenaventura, Valle de Cauca, Colombia. The Provider shall provide drawings, transport and installation of all materials, labor, and equipment needed to install the Semi Gantry Bridge Crane in accordance with (IAW) the Statement of Work (SOW). The scope of work includes: Localization and lay out the project at the project site. Provide and install all structural components of the system, including the bridge beam, lane beam and column, and support column. Provide and install all electric system including electrical connections, feeds, and control panels. Provide all concrete structures necessary to place the crane. Note: Dimensions or quantities for the items shall be verified by the Provider. All materials shall be certified, protected against environmental conditions and shall be heavy duty. 1.1 Required Period of Performance (POP). Performance time to complete the project shall be 60 calendar days or less from the date the signed award is received by the Provider. 1.2 Calendar Days. References in the Statement of Work to "days" refer to calendar days, not working days, unless otherwise specified. 1.4 Security Considerations. Provider and workforce will take appropriate security measures to protect Government critical and sensitive information. Provider shall not disclose specifics of services to unauthorized personnel. Provider will provide sub-Providers only required specifics to accomplish services and/or products delivery. All work related paper products and removable storage material that is received, generated, or stored during the contract will be destroyed completely when no longer needed to preclude recognition of information. Installation access badges will not be worn outside Government facility where visible to the general public. The Provider and workforce personnel shall not sketch or take photos of Government facilities or activities, unless related to service to be provided. The Provider shall not post or discuss government facility activities on any unauthorized public access media. Provider will immediately report suspicious activities to security personnel. 1.5 APPLICABLE CODES & STANDARDS. The design and construction shall be in accordance with established construction practices, and the latest revision/edition of the following referenced codes and standards, where applicable. UFC 1-300-09N, Design Procedures, provides design guidance and contains references to other UFC's and codes that are to be used for this contract. UFC 1-200-1, General Building Requirements, is the building code guide and contains references to other UFC's and codes that are to be used in this contract. - American National Standards Institute Standards (ANSI) - American Society of Testing and Materials (ASTM) - National Electrical Manufacturers Association (NEMA) - International Building Code (IBC) - Electronic Industries Alliance (EIA) - Federal, State, County, and local environmental regulations. - National Fire Protection Association (NFPA) - IEEEC2, National Electrical Safety Code - National electrical Code 2011 (NEC) Where discrepancies in the referenced standards and the contract requirements occur, the more stringent requirements shall govern. The word "should" shall be interpreted as a requirement. If this occurs, the Provider shall immediately notify the PE/COR. 2.0PRELIMINARIES: The Provider shall not initiate work until the following are complete: a.Provider delivers the drawings, tests, material samples, etc. to the PE for approval. b.Provider delivers a list of the complete names of personnel on site, with identification card numbers and place of issue to base security personnel for investigation and entry permits. 2.1 Drawings: All structural, electrical, drawings and the soil study shall be provided to the Project Engineer (PE) for approval within 15 days of award. All drawings shall be developed by an engineer certified in that particular discipline, and comply with appropriate codes. 2.1.1Structural Drawings: Comply with "Norma Sismo Resistente" (NSR) - 2010 code. 2.1.2Electrical Drawings: Drawings shall consider electrical consumption of the building plus an additional 30%. The Provider shall verify that the value of the resistance is the required value of (<5 ohms). 2.2Provisional Fencing and Camp: The Provider shall install provisional fencing and a camp during project development. Upon project completion, debris shall be taken to an area indicated by Coastguard Authorities. 2.3Unforeseen Conditions: The Provider shall conduct aerial, surface, underground or embedded interference search to avoid damage to pipes, boxes, cables, utility poles, hoses, wells or other elements in the work area. If a potential interference is found, the Provider shall discuss alternatives with the PE. 2.4Superintendent Engineer: The Government will consider the extent to which the proposed Superintendent Engineer has experience on projects equal to or greater than the work required for this project in terms of scope and magnitude. The resume shall be provided to the PE for approval, before work may begin. 3.0DETAILED ACTIVITIES: 3.1Metallic Structure and Materials: This work includes all materials, equipment, tools, and labor necessary for the complete installation of the metallic structure. The design of welded connections, electrodes, filler metal, labor, inspections, and tests shall follow standards determined by the latest American Welding Standards (AWS) and American Institute of Steel Construction (AISC) editions. Welding samples, methods, and electrodes shall be approved by the PE, before installation may begin. If doubts arise about a weld sample, the PE shall order trepanation tests at no cost to the government. If deficiencies are found, then all welds shall be checked, and re-welded. The joint plates for columns shall be joined by welding each side of the plate, with a minimum length of the length of the plate. Structural cross-sections shall be bent cold, and parts cut when indicated. Cuts shall be with fine nozzle oxyacetylene, but preferably with a saw for cross-sections. 3.2Fence: The Provider shall install a perimeter fence, with linked mesh, fixed in frames in angle " x ", supported in a pipe 2". Provider shall install pedestrian gates for this area with a design width for the entrance IAW the equipments to be installed inside. Fence shall be provided with a security system in upper part to protect equipment. Provider shall submit the material and drawings which must be approved by the PE a minimum of eight (8) working days prior to installation. 3.3ELECTRICAL NETWORK 3.3.1 Electrical System: The internal electrical construction shall be in accordance with the electric regulations in effect in Colombia, National Electric Code (NEC)/American National Standards Institute (ANSI)/Energy Information Administration (EIA)/Telecommunications Industry Association (TIA)/Techniques Electronics Electrical Equipment (TEEE)/National Fire Protection Association (NFPA), and allow for a 30% capacity above the maximum normal usage of all electrical systems simultaneously. All drawings and systems shall conform to International Electrotechnical Commission (IEC) 61024-1-2, NTC 4552, NTC 2050 and "Reglamento T cnico de Instalaciones El ctricas" (RETIE). The system shall contain grounding systems suitable for the grounding resistance required at the project site. All work shall be performed according to the best trade practices, using specialized personnel NOTE: Wiring shall fulfill the following requirements: All energy cables shall be American Wire Gauge (AWG) and have isolation Thermoplastic Heat and Water Resistant Insulated Wire (TWH) of the caliber specified and calculated IAW the calculated electric bulging loads, subject to the following color code: Green: Earth. White: Neutral. Black: Not regulated. Yellow, red, blue: Regulated. This code shall flow from the electrical board of distribution to the final point of exit. Joints within the system are not allowed. They shall only be in the boxes. Protection elements shall be from a national and recognized manufacturer, all of the same brand preferred. All cable ends or joints shall have the appropriate terminals or spring-like connectors for the conductors. All electric conductors to be installed in the layout conduit shall meet the following material and installation requirements: All metallic conduits installed underground shall be painted with asphalt based paint before being covered with concrete. All exposed conduits shall receive two (2) coats of anticorrosive paint, as well as supports, accessories, and register boxes. All metallic surfaces of electronic equipment with scratches shall be repainted similar to the original. 3.3.2Electrical House Connection: This shall be underground Polyvinyl Chloride (PVC) pipe and include a distribution switchboard and other elements in approved drawing. The main electrical feed and entire distribution system shall comply with Colombian Electrical Code (NTC-2050). 3.3.3Internal Electrical Installations: The Provider shall ensure that all electrical networks are in accordance with NTC-2050. Cable shall be Thermoplastic Heat and Water Resistant Nylon Coated (THWN). The Provider shall provide calculation records showing actual load and estimated reserve charge with cable caliber for PE approval before contract acceptance. All outlets shall be grounded, and ensure they meet the needs of the project. The installation of all electrical system conduits and cabling system wires shall be of Electrical Metallic Tubing (EMT) ducts or conduits and/or metal cable trays, if they are exposed. If not, PVC conduits shall be used. 3.3.4 Grounded system: The Provider shall ensure that grounding is executed in accordance with approved drawings (Item 2.1.2). 4.0FINISHING: All finishing work to include painting for metallic structure. 4.1Beams: All beams shall be painted with anticorrosive and two coats of enamel paint. Between each coat, the surface shall be lightly sanded with a fine sandpaper No.6/0, 200 or finer. 5.0MATERIAL SPECIFICATIONS: The Provider shall be responsible for the development of a material list for PE review. The Provider shall provide a draft list for review no later than 3 business days after Government approval of the Provider's drawings. Upon approval of the material list by Government, the Provider shall provide sample materials as identified in the approved material list. The Provider shall ensure that materials for project shall be environmentally friendly or eco-friendly as requested in this section, also Provider shall propose materials of this type. 5.1Metallic Structure Materials: The Provider shall ensure that the steel meets ASTM A36/A36M - 08, ASTM C500/C500M-10a and ASTM C501-07 specifications for welding structural steel, according to ASTM A755 / A755M - 03(2008). All steel shall be hot galvanized. All metal scratches and welding burrs shall be removed, and surfaces dry before anticorrosive paint is applied. The Provider shall provide, for PE approval, patterns for placement, anchor and bolt examples, and all steel elements to be embedded in the concrete, 8 days before installation. 5.2Welding: The Provider shall ensure that electrodes be class E60 x AWS for structural steel and class E70 x AWS for rebar with a stress flow of 2,800 Kg/square cm (40 ksi). All structural steel elements shall be joined with the electric arc process using E 60 xx electrodes that comply with the ASTM-233 specifications. For rebar welding if required, welded ties shall conform to American Welding Society (AWS) D 1.4/D 1.4M standards, and develop at least 125% of the flow resistance specified. 5.3Laminated Structural Steel: The Provider shall ensure that all structural steel, be new and comply with "Design Specifications, Fabrication and Erection for Structural Steel Buildings" of the American Institute of Steel Construction (AISC) or NSR-2010 and shall be type ASTM A36/A36M-08 as certified by a laboratory, with stress in the flow limit of 2,531 Kg/square cm (36,000 lbs/square inches). Structural cross-sections shall be bent cold, and parts cut when indicated. Cuts shall be with fine nozzle oxyacetylene, but preferably with a saw for cross-sections. 5.4Electrical Materials: The Provider shall ensure that all materials be new and from accredited companies. All work shall be performed according to the best trade practices, using specialized personnel. All defective or damaged materials and equipment shall be replaced at no cost to the government. The manufacturer data for the panels and sub-panels, conductors, layout conduit and accessories, light switches, wall sockets, controls, inside and outside lights, transformers, and medium frequency structural elements shall be given to the PE for approval, before installation. 5.4.1Distribution Panel: The Provider shall ensure that the distribution panel be supplied and installed according to a panel program. The panel shall be rebar and terminal for neutral, and a ground rebar. The circuit breakers shall be connected to the rebar, and the load balanced. The panel shall be embedded correctly and easily accessible. The circuit protection devices shall be thermo-magnetic for 60 cycles at capacities indicated in the plans, but never lower than 10,000 amps in a short circuit. All boards shall include signs to identify each circuit or feeder. The end-user shall be given two (2) sets of instructions. 5.8.2Bare Continuity Conductor: The Provider shall ensure that all EMT out ducts, conduits, or metal cable trays have a bare continuity lead (directly connected to the grounding barrage of the power circuit panel) in a gauge that complies with Colombian electrical standards. 5.8.3Layout Conduit: All metallic conduits installed underground shall be painted with asphalt based paint before being covered with concrete. All exposed conduits shall receive two (2) coats of anticorrosive paint, as well as supports, accessories, and register boxes. All metallic surfaces of electronic equipment with scratches shall be repainted similar to the original. 5.8.4Conductors: The Provider shall ensure that the conductors be made of copper with thermoplastic insulation, type Thermoplastic, High Heat Nylon (THHN) jacket unless otherwise specified. The insulation shall be for 600 volts service. All wires shall be AWG No. 12 gauge unless specifications indicate otherwise. Gauges lower than No. 12 are only authorized for signals or controls. Conductors of gauges 10 or less shall be flexible. All gauges shall meet the American Wire Gauge system. For identification, the same colors shall be used in the different phases and a uniform color throughout the building, according to the National Electric Code. Conductors in only one color shall be covered with colored tape. No wire joints are authorized. The lines shall be continuous from box to box. In the outlet or register boxes, the connections shall be No. 8 or smaller, and manufactured by a PE approved company. In all terminals at least 20 cm of the wire shall be left for other connections. 5.9Paint: The Provider shall ensure that the paint manufacturers are national industries of high quality, anticorrosive paint and enamel paint shall be type low VOC (Volatile Organic Compound) or zero VOC, also called environmentally friendly. Materials and paint brands shall be submitted for PE approval, before paint is applied. All paint shall be delivered in its original unopened packaging with labels intact. Paints shall be kept protected against fire, and damage. 6.0 DESCRIPTION AND TECHNICAL SPECIFICATIONS FOR INSTALLATION 6.1. Technical Specifications 6.1.1.Crane Design Data DESCRIPTION DESIGN DATA AND DIMENSIONS Type of construction SEMI GANTRY SELF-SUPPORTED Load capacity 3000 kg Location Inside Covered Maintenance Hangar, forward of Engine Shop Lifting height 4,5 meters Span18,0 meters Track Length (Travel)31,0 meters ControlElectric Service voltage 220 v AC (60 Hz. 3 phase) Scope of Supply Electric Wire Hoist, Motorized Trolley, End Trucks, Main Control Panel, Keypad, Electric Power System, Bridge Beam, Runway Beam, Runway Rail, Runway Beam Columns. Column (A-shape) and crane beam bracket 6.1.2.3.0 TON Electric Wire Hoist with Monorail Motorized Trolley CAPACITY 3000 Kg. Hoist TypeElectric Chain Trolley type Motorized trolley GENERAL CHARACTERISTICS Control Panel Control Panel for Hoist and Trolley Lifting height4,5 meters Lifting speeds Two Trolley speeds Two 360 Swivel hook Safety swivel hook with reinforced ratchet Hoisting BrakeElectromagnetic Brake Trolley BrakeElectromagnetic Brake SAFETY DEVICES Travel Limit SwitchesUpper and Lower travel limits Overload Protection SLE1 type Engine Protection Ingress Protection Rating IP66 Class F insulation winding (for tropical environment) Brakes Magnetic pads, asbestos-free linings. IP66 protection 6.1.3.End Trucks End Trucks Type Wheel Blocks End Trucks Capacity3000 kg Gear motors Kit 2 Wheel Kit 2 drive and 2 guided wheels Speeds 2 End Trucks Brake Cylindrical-rotor brake motor 6.1.4.Electrical Accessories: Full Control Panel Board SEMI GANTRY CONTROL PANELCOMMAND STATION Control box for semi gantry movement, including transformer and main contactor. Voltage: 220VPush button pendant box with 6 Dual Speed buttons and emergency pushbutton keypad, and tension control wire. 6.1.5.Transversal Power Supply FESTOON Aluminum Body, Plastic Tray, Steel ball bearings with ZZ protection POWER SUPPLYTRANSVERSAL Working Span 18,0 meters Flat Cable Power cable / Control cable Cable carrierMobile cable carriers located every 2 M, 1 fixed end, and 1 mobile end 6.1.6.Longitudinal Power Supply POWER SUPPLY LONGITUDINAL Working Travel Track length: 31,0 meters Capacity 4 L nes 1 mobile electrical outlet 6.1.7.Structural Components Structural Components MaterialASTM A-36 Structural Steel, International standards Quality Assurance Visual inspection of welds, Dye Penetrant and Ultrasonic Inspection of main welds. All processes, welders, and inspectors shall be certified. FinishingManual and mechanical surface cleaning, anti-corrosive primer and marine environment finish. Paint color will be selected by the Buenaventura Coast Guard Station Engineer. 6.1.8.Bridge Beam MONORAIL BRIDGE BEAM (with electrical outlet mounts and cable feed pipes) Construction type SEMI GANTRY SELF-SUPPORTED Workload Capacity 3000 Kg. Type Type-I A-36 Structural Steel Beam Span18,0 meters 6.1.9.Runway Beam RUNWAY BEAM Workload capacity 3000 Kg. Length 31,0 meters Maximum distance between columns/brackets 6,0 meters Type Prefabricated Type-I A-36 Structural Steel Beam Fixation Bolted or welded to metal surface of columns/brackets. 6.1.10.Runway Beam Columns / Brackets COLUMNS / BRACKETS CAPACITY 3000 Kg. Quantity 6 Profile Prefabricated Type-H Beam Lifting Height 4,5 meters Fixation Plates and Anchor Bolts (Note: Shallow foundations or other civil works required for the brackets shall be performed by the Colombian Coast Guard) 6.1.11.A-Shaped Semi-Gantry Column BRACKET/COLUMN Quantity 1 Lifting Height 4,5 meters Components 1 A-Shaped Column, with horizontal tie beam and bracket 6.2. Installation Description and Documentation 6.2.1. Structural Installation Installation includes assembly and mounting of metal structure: bridge beam, columns / brackets, runway beam with rail, and fixed mounts for electrical outlets. Any civil works required for the installation of the longitudinal rail on the hangar deck shall be coordinated with the Colombian Coast Guard. 6.2.2. Electrical-Mechanical Connections Installation includes connection of all equipment, electrical feeds, keypads, and control panels as well as operational and load ing tests. * The Colombian Coast Guard Pacific will provide all test loads and lifting devices (e.g. forklift or another) for the operational testing. Additionally, the Colombian Coast Guard must provide the following for proper operation of the system: -220V / 3-phase electrical connection, grounded, located at the center of the semi-gantry travel, connected to a main breaker or switch. -Power outlets for the tools and welding equipment required to assemble the equipment on site. -Suitable floor or shallow foundation for the installation of metal columns / brackets in accordance with standards; maximum separation between columns / brackets is 6.0 meters. -Required civil works and assembly, including the leveling and grouting for the installation of the longitudinal travel rail on the deck. 6.2.4 Documentation The following documents / information shall be provided to the Buenaventura Coast Guard Station Engineer: 6.2.4.1. List of components with their respective serial numbers 6.2.4.1. Main characteristics of the system 6.2.4.2. General operational recommendations 6.2.4.3. Operational, Electrical, Parts, and Maintenance manuals 6.2.4.4. End Trucks and Motor brake manuals 6.2.4.5. Metal structure calculation reports 6.2.4.6. Dimensional drawings of the equipment and system 6.2.4.7 Material and testing certificates, including non-destructive tests of welds and painting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4dcd0ae64a885e644d343a03b129fb6a)
- Place of Performance
- Address: Bogota Branch (PARC Americas 410th CSB) KO Directorate of Contracting, Unit 5136 US Embassy Colombia APO AA
- Zip Code: 34038-0008
- Zip Code: 34038-0008
- Record
- SN02868838-W 20120907/120906001632-4dcd0ae64a885e644d343a03b129fb6a (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 |