Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2016 FBO #5280
SOLICITATION NOTICE

J -- Repair Anchorage Bar Assemblies

Notice Date
5/6/2016
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-16-T-0044
 
Archive Date
5/28/2016
 
Point of Contact
Anne M. Fleischman, Phone: 3097945519
 
E-Mail Address
anne.m.fleischman@usace.army.mil
(anne.m.fleischman@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement - SCOPE OF WORK: REFURBISH SIX (6) ANCHORAGE BAR ASSEMBLIES (w/ Options). *Note: New gudgeon pin bushings for each assembly, will be provided by the Government. A. Transport six anchorage bars from the Mississippi River Project Office (MRPO) - Service Base in Pleasant Valley, IA to the vendor's facility. B. Disassemble the seized 6½ inch diameter threaded eye-bars from the sleeve nut. Note - care must be taken by the vendor to ensure that the method of disassembly shall not cause the physical integrity of the bars or nuts of each assembly to be weakened or compromised by bending, twisting, or overheating of the steel members. *Note - care shall be take not to overheat metal surfaces to more than dull gray. C. REFURBISHMENT OF THREADED PORTIONS OF THE ASSEMBLY 1) Clean and inspect the threaded ends of bars and sleeve nuts. 2) Dye penetrant test (PT) the threaded ends of the bars and sleeve nuts to inspect for base metal discontinuities such as cracks. Inspect in accordance with (IAW) Reference "A" (AASHTO/AWS D1.5M/D1.5:2010 Bridge Welding Code, 6th Edition). Before proceeding to subsequent steps, provide inspection reports to the Contracting Officer or Government representative. 3) Weld build-up and re-machine (as necessary) any damaged threads on the bars or sleeve nuts IAW Reference "A" (AASHTO/AWS D1.5M/D1.5:2010 Bridge Welding Code, 6th Edition) and enclosed Contract Reference Drawings. 4) Post weld / machining dye penetrant (PT) inspection. Conduct PT inspection of all areas welded and/or machined IAW Reference "A" (AASHTO/AWS D1.5M/D1.5:2010 Bridge Welding Code, 6th Edition) and enclosed Contract Reference Drawings. Before proceeding to subsequent steps, provide inspection reports to the Contracting Officer or Government representative. D. REFURBISHMENT OF EYELET PORTIONS OF THE ASSEMBLY 1) Clean and inspect eyelets of each anchorage bar assembly. 2) Non-destructive / Dye penetrant test (PT) the threaded ends of the bars and nuts for base metal discontinuities such as cracks in accordance with Reference "A" (AASHTO/AWS D1.5M/D1.5:2010 Bridge Welding Code, 6th Edition) and enclosed Contract Reference Drawings. Before proceeding to subsequent steps, provide inspection reports to the Contracting Officer or Government representative. 3) Weld build-up and re-machine (as necessary) damaged eyelets to dimensional requirements IAW Reference "A" (AASHTO/AWS D1.5M/D1.5:2010 Bridge Welding Code, 6th Edition). 4) Post weld / machining dye penetrant (PT) inspection. Conduct PT inspection of all areas welded and/or machined IAW Reference "A" (AASHTO/AWS D1.5M/D1.5:2010 Bridge Welding Code, 6th Edition) and enclosed Contract Reference Drawings. Before proceeding to subsequent steps, provide inspection reports to the Contracting Officer or Government representative. E. Sandblast and paint all non-threaded surfaces of the anchorage bars and nuts in accordance with Encl. "A" (Corps of Engineers 5-E-Z system, Para. 3.2.10 and 3.3.10). The coating system shall be a spray-applied vinyl paint system equivalent to USACE 5-E-Z system, with the final coat gray in color. All painting shall be performed in accordance with SSPC-PA 1. The base metal shall be blasted to white metal prior to paint application in accordance with SSPC-SP 5. The first coat shall be a zinc-rich vinyl primer. The total dry thickness of the completed system shall average a minimum of 7.0 mils, and the minimum thickness at any point shall be 5.5 mils. Dry film thickness shall be verified in accordance with ASTM D7091 and documented by the contractor. The contract reference drawings indicate areas that should be masked off during painting to allow future welding by others. Mask off rear anchorage pin bore. F. Lubricate threads with anti-seize grease prior to final assembly. *Note - Recoating the threads with electrodeposted cadmium will NOT be required, as shown in the drawing. G. Assemble all anchorage bar components, including bushings and associated hardware, to dimensional requirements as shown in the contract reference drawings prior to shipment. H. Packaging and Delivery: The contractor will provide all packaging and shipping. Refurbished assemblies shall be delivered in protective wrap to avoid damage to exposed threaded portions. The contractor shall provide wooden blocking to stack the assemblies for both transporting and staging locations. Approximate weight of each assembly is 1,800 to 2,000 pounds. SECURITY Pre-screen candidates using E-Verify Program. The Contractor must pre-screen Candidates using the E-verify Program website (http://www.uscis.gov/e-verify) to meet the established employment eligibility requirements. The Contractor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. Documentation of company enrollment in E-verify, via a print screen of the company profile within the E-verify system, must be submitted to the Security Office no later than 3 business days after the initial Notice to Proceed. *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification must be given/coordinated with the designated Government representative. This Form will be provided to the Security Office after Notice to Proceed is given. To protect the privacy of the Contractor, all Contractor employees, and all sub-contractor employees, background checks, OPSEC SOPs, E-verify, and I-9 forms shall be submitted with a coversheet stating the contract number (e.g. W912EK-15-C-XXXX), title of project, and the company's point of contact information, in a sealed envelope/container and mailed to: Security Office U.S. Army Corps of Engineers Rock Island District 1500 Rock Island Drive Rock Island, IL 61201 POC / coordination: Work will be coordinated by Jim Frederickson, (309) 794-4569. Invoices: to be submitted via email to James.D.Frederickson@usace.army.mil. Please ensure that your invoice reflects the company name(s) and physical address listed on your System for Award Managemnt (SAM) registration. Required Completion Date: Base award: four (4) anchorage bar assemblies shall be completed (including delivery) within 15 calendar days after award of contract. Remaining two (2) anchorage bar assembly will be allotted 7 additional calendar days, per assembly, to complete. Options will be allotted the same completion rate. Invoices - are to be submitted via email to James.D.Frederickson@usace.army.mil. Requested by: US Army Corps of Engineers Mississippi River Project Office 25549 182nd Street Pleasant Valley, IA 52767 CLOSED FOR BUSINESS FRIDAY-SUNDAYS. Questions can be addressed to Jim Frederickson, Engineering Technician, at (309) 794-4569. References: AASHTO/AWS D1.5M/D1.5:2010 (Bridge Welding Code, 6th Edition) SSPC-PA 1 (Shop, Field, and Maintenance Painting of Steel) SSPC-SP 5/NACE No. 1, (White Metal Blast Cleaning) ASTM D7091 (Standard Practice for Nondestructive Measurement of Dry Film Thickness of Nonmagnetic Coatings) Enclosures: Unified Facility Guide Specifications - UFGS 099702 Contract Reference Drawing - Miter Gate Anchorage Parts (split and standard nut configuration)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-16-T-0044/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Mississippi River Project Office, 25549 182nd Street, Pleasant Valley, Iowa, 52767, United States
Zip Code: 52767
 
Record
SN04108929-W 20160508/160506234525-542d99c1757e3a098bb7be1318e65de8 (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.