COMMERCE BUSINESS DAILY ISSUE OF APRIL 13, 2001 PSA #2829
SOLICITATIONS
J -- PROVIDE AND INSTALL NEW CABLE FOR GANTRY CRANES
- Notice Date
- April 11, 2001
- Contracting Office
- US Bureau of Reclamation, Code 7810, PO Box 620, Grand Coulee, WA 99133
- ZIP Code
- 99133
- Solicitation Number
- 01SQ170265
- Response Due
- May 2, 2001
- Point of Contact
- Geri Juliano, Phone 509 633-9532, Fax 509 633-9175
- E-Mail Address
- Gantry Cranes, 01SQ170265 (gjuliano@pn.usbr.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. 01SQ170265 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-21. North American Industry Classification System (NAICS) code is 811310. Small business size standard is $5 million. Contract Item No. 1 -- Lump Sum. The purpose of this contract is to provide and install new cable for two Gantry cranes. The model and serial numbers of the cranes are as follows: Tailrace Crane: Ederer SN E-7072; Forebay Crane: Ederer SN E-7073. The crane installation includes all related testing, lubrication, and preparation so that the equipment is operational and ready for use. The cranes are located on the tailrace and at the forebay dam, adjacent to generator units G-19 through G-24, Third Power Plant (TPP), Bureau of Reclamation, Grand Coulee Dam, Grand Coulee, Washington. The cranes move around as needed to raise and lower stop logs, raise and lower fixed wheel gates, related parts and equipment. The cranes are outdoors where the ambient temperature ranges from a low of 20 F to a high of 110 F. The environment includes exposure to the weather, water, dust, and other elements. Replacement Cable Requirements and Installation: The type and length of cable to be supplied is as follows: (1) The tailrace crane has a capacity of 70 tons. It uses 6 x 37 Improved Plow Steel/Fiber Core (IPS/FC) cable, with right regular lay. The cable is 1-1/8 inches in diameter, and approximately 1,390 feet long. (2) The forebay crane main hook has a capacity of 275 tons. It uses 6 x 37 Improved Plow Steel/Fiber Core (IPS/FC) cable, with right regular lay. The cable is 1-1/2 inch in diameter, and approximately 1,742 feet long. (3) The forebay crane auxiliary hook has a capacity of 50 tons. It uses 6 x 37 Improved Plow Steel/Fiber Core (IPS/FC) cable, with right regular lay. The cable is 1 inch in diameter, and approximately 1,928 feet long. The rigging configuration is as follows: the tailrace crane and the forebay crane auxiliary hook is one rope, four part, double reeved; the forebay crane main hook is one rope, ten part, double reeved; with both ends anchored to the drum. The safe working load for all cable must be consistent with the working load of the cranes. The Contractor must supply a guarantee that the replacement crane ropes meet or exceed the requirements presented herein and supply a warranty of installation. The wire rope must correctly wind over the winch spool, in such a manner as to avoid cable twisting, spreading or overlap. The Contractor must use the existing wire rope fittings and end clips unless the Contractor finds existing hardware to be eroded or damaged. There can be no protruding ends, splices, or knots in any portion of the cable. The Contractor must properly apply rope preservative/lubricant, as furnished by the Government. The Contractor must clean and inspect the take-up drum, deflection sheaves, balancing sheave and hook block after removing the old rope and provide a report of findings to the Government. Related Standards, Features and Acceptance: The work to be performed must meet the requirements in this specification as well as the latest version of other requirements, such as the applicable portions of: (1) ANSI A10.5, "Safety Requirements for Material Hoists.", Dated 1992 (2) ANSI B30.2, "Safety Code for Overhead and Gantry Cranes.", Dated 1996, and (3) ANSI B30.5, "Mobile and Locomotive Cranes," Dated 1994. The cranes have limit switches to stop the motor when the hook reaches a specified height (both an upper and lower limit). After installing the new cable, test both of these switch settings. The upper limit must prevent the hoist from becoming two-blocked. The lower limit must not allow less than two wraps of rope to remain on the drum. The crane also has an indicator for the rated load. After new cable installation, test this device as well. After installation and before operation, thoroughly inspect the unit and complete performance tests to demonstrate the unit's ability to safely handle and maneuver the rated load. The Contractor must perform and document all inspections and tests and provide a report to the Government of the results. A Bureau of Reclamation Engineering Representative must be present to witness all inspections and tests. A functional test will be performed which consists of raising and lowering a gate into its slot using the gate hitch. The Contractor must dispose of all waste generated during this work. This includes marking the removed rope as unfit for load-bearing service and disposing of properly. Waste includes but is not limited to solvents, cleaners, rags, and old lubricants. Physical Limitation, Mounting Requirements, Contract Time, and Performance Period: The Contractor cannot modify the existing crane in any manner during the cable replacement work, therefore, no modifications of any kind will be allowed to accommodate the work. This includes, but is not limited to, drilling, bolting, welding, brazing, soldering, cutting, sawing, or grinding. If any existing bird screen is removed, it must be replaced upon completion of the work. The cranes are an important part of the safety program at the Dam. Consequently, the length of time the cranes are unavailable for use is a critical aspect of the contract. Both cranes cannot be down at the same time. The performance period for this contract is June 15, 2001, through August 18, 2001. Anticipated start work date is June 25, 2001. After award of the contract, the Government will meet with the Contractor to prepare a practicable schedule showing the order in which the Contractor will perform the work, and the dates on which the Contractor will start and complete the work on each unit. This time frame may include weekends. The schedule shall be in the form of a progress chart to indicate appropriately the percentage of work scheduled for completion by any given date during the period. The schedule will be approved by the Contracting Officer. If the Contractor falls behind the approved schedule, the Contractor shall take steps necessary to improve its progress, including those that may be required by the Contracting Officer, without additional cost to the Government. Failure of the Contractor to comply with this requirement shall be grounds for a determination by the Contracting Officer that the Contractor is not prosecuting the work with sufficient diligence to ensure completion within the time specified in contract. Upon making this determination, the Contracting Officer may terminate the Contractor's right to proceed with the work, or any separable part of it, in accordance with the default terms of this contract. Drawings, Maintenance & Installation Manuals and Submittal Data: The Government will provide drawings that depict the cable reeving to the Contractor. The Contractor shall provide three copies of all related specifications and technical data sheets for the installed cable ropes to the Government. Additional Instructions to Offerors: Offerors must submit a list of credentials which clearly show that the Contractor is qualified to perform the required work and provide a list of references from similar jobs, include names and phone numbers. Also see FAR Clause 52.212-1(b)(10) regarding past performance information to be submitted. A site visit is highly recommended. If you would like to perform a site visit, please contact Don Deiser at 509-633-9276. Provision 52.212.1, Instructions to Offerors -- Commercial Items(Oct 2000), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of offeror to meet the Government requirements, past performance, and price. Evaluation will be made in accordance with the procedures in FAR 13.106. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items (Oct 2000) shall be included with your quote. Clause 52.212-4, Contract Terms and Conditions Commercial Items (May 1999) and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2000) applies to this acquisition. The following additional FAR clauses cited in Clause 52.212-5 are applicable to this acquisition: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.225-3, and 52.232-34. Clause WBR1452.223-81, Safety and Health, applies to this acquisition. Wage Determination No. 1994-2565, Revision No. 13, Date of Last Revision: 09/28/2000, is applicable to the installation portion of this contract. A copy of the Determination may be obtained by calling the Contact Person named in this synopsis. Place of Performance: US Bureau of Reclamation, Third Power Plant, Grand Coulee Dam, Grand Coulee, WA 99133. FOB Point: Destination. Facsimile quotes will also be accepted. Full text versions of clauses may be obtained on the internet at www.arnet.gov/far/. (See Number Note(s) 1.)
- Record
- Loren Data Corp. 20010413/JSOL009.HTM (W-101 SN50I9K3)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on April 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|