SOURCES SOUGHT
Z -- Little Goose North Shore Entrance 1&2 Weir Hoists
- Notice Date
- 11/8/2012
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-13-R-SS04
- Archive Date
- 12/8/2012
- Point of Contact
- Phyllis Buerstatte, Phone: 509-527-7211, Jani C Long, Phone: 509-527-7209
- E-Mail Address
-
Phyllis.L.Buerstatte@usace.army.mil, jani.c.long@usace.army.mil
(Phyllis.L.Buerstatte@usace.army.mil, jani.c.long@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a supply and installation project entitled, Little Goose North Shore Entrance (NSE) 1 & 2 Weir Hoists at Little Goose Dam in Whitman and Columbia Counties, Washington. This will be a firm-fixed-price contract. The period of performance is approximately 9 months with the on-site work occurring during the January - February 2014 fish window. The work consists of providing all labor, technical expertise, materials, equipment, scaffolding and appurtenances necessary to accomplish the following: The Little Goose north shore fishway entrance (NSE) weirs are used to maintain a head differential between the fish ladder and the river. Operation of the north shore fishway entrance weir hoist machinery and electrical panel operation is a remote control activity that is constantly exposed to moisture from the spray and waves from spill bay 8, as well as from the weather. Existing hoists are original to the facility and have failed and been removed from operation. Current manual operations are accomplished with Temporary A-frame chain fall hoist systems. This contract will remove and dispose of the remaining failed hoist equipment and upgrade the 2 weir hoists machinery by replacement with a newly designed system. Remaining supports and palletized failed hoist equipment has confirmed lead paint coating. Hoist hardware removal includes metal support structure removal; grout base and anchor bolt removal to deck surface, and electrical conduit and box removal as necessary. The contractor will be required to dispose of failed hoist equipment in a safe legal manner. The temporary A-frame chain fall hoist systems will remain Government property. New hoists will be fabricated, delivered, installed, and tested for working capacity of 15,000 pounds in accordance with applicable Corps of Engineers and industry standards. Work will include replacing water level sensors; replacing limit switches; adding limit switch redundancy; adding cable slack sensors; installing associated control circuitry and integrating the new control components with the existing control system; using spare conduit, if serviceable, to bring in a second power feeder for second hoist instead of branching off a single power feed for both hoists. Work will include providing NEMA 4 electrical enclosures to eliminate exposure to moisture and framework or enclosure to protect hoist equipment from water borne debris impact. The slack rope detection will cut off the power to the system, regardless of perceived weir position, when the rope goes slack and prevent the rope from unspooling and becoming entangled in the gear drive components. On-site work will occur during the January-February 2014 fish window. Hoise rated capacity 15,000 lbs (Could be 2 synchronized 7500-pound hoists); Full load lifting speed 30+/-1 per minute; Hoist maximum lift is 25 feet, 6 inches; Power is 480 Volt, 3-Phase. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual. NAICS Code 238290, Small Business Size Standard is no more than $14,000,000 in average annual receipts over the past 3 fiscal years. This sources-sought announcement is a tool to identify large and small business concerns with the capability to accomplish the work. Only those firms who respond to this announcement by submitting a statement of their current or past technical experience (what the firm has done) and current or past performance (how well the firm did it) similar to or the same as the requirements stated above, will be used in the determination whether to set aside this requirement for small business. Include a statement indicating the size of your business (large business, small business, 8(a) small business, HUBZone small business, woman-owned small business, or Service Disabled Veteran Owned small business concern) and send it by email to Phyllis.L.Buerstatte@usace.army.mil. Your response to this notice must be received on or before close of business on 23 November 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-13-R-SS04/listing.html)
- Place of Performance
- Address: Little Goose Dam in Whitman and Columbia Counties, Washington State., Dayton, Washington, 99328, United States
- Zip Code: 99328
- Zip Code: 99328
- Record
- SN02927795-W 20121110/121108234804-aada9bf99af9bf89ec01dd485c96b87b (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 |