COMMERCE BUSINESS DAILY ISSUE OF JUNE 13, 2001 PSA #2871
SOLICITATIONS
Z -- MITER GATE REPAIR, LOWER GRANITE LOCK AND DAM, SNAKE RIVER, GARFIELD AND WHITMAN COUNTIES, WASHINGTON
- Notice Date
- June 11, 2001
- Contracting Office
- USAED, Walla Walla, ATTN: CENPW-CT, 201 North Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- DACW68-01-B-0017
- Response Due
- August 1, 2001
- Point of Contact
- To order a CD, interested firms may either (1) fax requests complete with company information, shipping address, point of contact, phone number, fax number, and business size to Misty Gates at 509/527-7802 or (2) email requests with all of the same information to the address below. The Walla Walla District's web page (URL below) may be used; however, it is in the process of being completely re-done, so registration for this solicitation must be confirmed with either a fax or an email. The government cannot guarantee a bidder will make it on the bidders list if registration is completed using only the web page.
- E-Mail Address
- MITER GATE REPAIR, LOWER GRANITE LOCK AND DAM, SNAKE (misty.l.gates@usace.army.mil)
- Description
- SOLICITATION DOCUMENTS, INCLUDING DRAWINGS, WILL BE AVAILABLE ON CD ONLY. THIS SOLICITATION IS SET ASIDE FOR SMALL BUSINESS. The navigation lock miter gate consists of two structural steel gate leaves, which are hinged at the lock walls (quoin location) and join together at the center of the lock (miter location) when the gate is closed. Gate hinges consists of a pintle pivot assembly at the bottom and a hinge (gudgeon assembly) at the top of the leaf. The gate leaves will need to be disconnected at the gudgeons, lifted off the pintles, repositioned nearby inside the lock and blocked and braced, and the existing pintle assemblies removed and new Government-furnished pintles installed. Each gate leaf is approximately 120-feet tall and 45-feet wide and weighs approximately 375 tons. Installation of pintles will require precision alignment and machining work. The quoin and the miter seal contact blocks on the leaves will be replaced with new forged steel blocks. Epoxy grout filler will be installed behind the contact blocks. Contact blocks extend full height of the gate. Furnish and install structural steel and make repairs to gate leaf girders, stiffener plates, and skin plates in the vicinity of the pintles. All welding to be performed in accordance with AWS D 1.5 "Bridge Welding Code." Motor vehicle passage across the lock must be maintained so a temporary bridge designed for HS20 highway loading may be required to span the 86-foot wide lock. New timber bumpers will be installed on the gate. Timbers to be 7" x 12" coastal Douglas fir, pressure treated. Total installed length of timbers is approximately 950 linear feet. Fabricate and install new galvanized steel guard railing and bar gratings on the gate. New rubber J-seals will be installed on the gate bottom. Paint the repaired areas of the gate with Corps of Engineers formulation vinyl paint. Remove one existing hydraulic cylinder that opens and closes the gate leaf and install a new Government-furnished hydraulic cylinder. The hydraulic cylinder located at the top of the gate is 18-feet long, 16-foot stroke, and has a 14-inch bore. Some concrete saw cutting and removal required. There is a minor amount of new concrete to be installed. Electrical work to repair some damaged conduit and move some electrical items on the gate. The navigation lock will be dewatered by the Government. Time starts at date of notice to proceed. Repairs to the gate must be done during the 92-day lock outage period January 28, 2002 to April 29, 2002. Incentive for early completion of the repair work will be in the contract. Contractor will be allowed 45 days after repairs are done and lock is back in operation to complete demobilization and final cleanup. Final contract completion date will be approximately June 13, 2002. The estimated cost range for this job is between $1,000,000 and $5,000,000. The standard industrial classification code (SIC) is 1629 and the North American Industry Classification System (NAICS) code is 234990. The small business size standard is average annual receipts for the previous three fiscal years must not exceed $27,500,000. All responsible small business sources may submit an offer, which may be considered.
- Web Link
- Advertised Solicitations (http://www.nww.usace.army.mil/ebs/asp/advertisedsolicitations.asp)
- Record
- Loren Data Corp. 20010613/ZSOL015.HTM (W-162 SN50O632)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on June 11, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|