Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2011 FBO #3603
SOLICITATION NOTICE

Y -- Ice Harbor Navlock Downstream Gate Cable Installation II

Notice Date
10/4/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-12-R-0003
 
Response Due
12/31/2011
 
Archive Date
2/29/2012
 
Point of Contact
Elaine M. Vandiver, 509-527-7221
 
E-Mail Address
USACE District, Walla Walla
(elaine.m.vandiver@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Construction Project: Ice Harbor Navlock Downstream Gate Cable Installation II. This will be a firm-fixed-price contract. Estimated magnitude of construction is between $500,000 and $1,000,000. The period of performance is approximately 18 days. 100% Performance and payment bonds will be required. Summary Scope of Work: Install all new, Government-furnished components as specified for a cable connection to the downstream Navigation Lock Gate and Counter Weight at Ice Harbor Lock & Dam, Burbank, Washington. Components include, but are not limited to; wire rope, frame work, socket sets, connection rods and fasteners, re-roofing materials for navigation lock towers. The gate is a guillotine type attached to counterweights on either side of the navigation lock. Removal and installation of wire ropes and attachment assemblies will require the contractor to supply equipment for a combination of shimming and jacking to the counterweight and/or gate. Each counterweight weights approximately 350 tons and is attached to the gate via 12 wire ropes. Each rope is 2-1/4" diameter and roughly 150 feet in length. The contractor will be required to submit a detailed procedure of how the work is to be accomplished. All supporting elements and installation procedures will require analysis by a Professional Engineer. Upon installation of the wire ropes and socket sets, the contractor must provide the equipment and expertise necessary to determine rope loads and adjust the sockets ensuring loads are equally distributed. Each wire rope is equipped with two load cells having three sensors per cell. All load cell sensors (total quantity of 72) on each counterweight must be read simultaneously during the balancing procedure. The contractor will be required to adjust the weight of the counterweight to ensure a balanced system, which means the weight of each counterweight is equal to half of the gate weight. Contractor team responsible for load balancing must be led by a professional engineer with at least 5 projects within a 5 year period with experience in load testing, data collection and qualitative analysis of resulting force data for multiple cable supported systems. The contractor will be required to re-install position limit sensing devices to match the existing range of motion. All work must be accomplished within approximately 18 consecutive days which may require day and night shift work. Solicitation Number W912EF-12-R-0003 will be posted to the FBO website on or about October 19, 2011. The solicitation is a Request for Proposals. The successful offeror will be selected through the Lowest Priced Technically Acceptable source selection method. Evaluation details will be contained in the solicitation. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It does not necessarily reflect the actual proposal closing date. The proposal closing date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is made available to bidders. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Elaine.M.Vandiver@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. Solicitation is open to both large and small business concerns. NAICS code for this project is 237990, and the small business size standard is $33,500,000 average annual receipts. When available, the solicitation documents for this project will be available via FedBizOpps.gov https://www.fbo.gov NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-0003/listing.html)
 
Place of Performance
Address: Ice Harbor Lock and Dam 2763 Monument Drive Burbank WA
Zip Code: 99323-8662
 
Record
SN02601539-W 20111006/111004234416-2d0ddd81b73e921cfc2d597ef9f83bb3 (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.