Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2018 FBO #6181
SOURCES SOUGHT

Z -- Lucky Peak Emergency Gate Hoists Replacment

Notice Date
10/24/2018
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
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
W912EF19RSS08
 
Archive Date
11/29/2018
 
Point of Contact
Kent R. Bernard, Phone: 5095277205
 
E-Mail Address
kent.r.bernard@usace.army.mil
(kent.r.bernard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Lucky Peak Dam - Emergency Gate Hoist Sources Sought The two emergency gate hoists located at Lucky Peak Dam on the Boise River are critical for the flood protection along the Boise River. Each gate weighs approximately 50 tons (gate weight is 86,000 lb, plus 11,600 lb for the gate sheave block assembly). In the event of a failure of either the power house or the dams outlet works the hoists deploy the emergency gates which shut off all flows through the dam. This prevents the flooding of Boise, ID and the draining of the Lucky Peak reservoir. The hoists which have been in operation since the dam's construction in 1955, are plagued by numerous maintenance problems and are no longer in compliance with Corps design criteria. Scope of Work - Design, build and install two 200 ton rail mounted hoists to deploy the emergency gates. Included in the hoist design are new lifting blocks and connecting pins that shall be custom designed for the emergency gates. The new hoists will be mounted on the existing crane rails. For maintenance the hoist shall be able to roll along their rail mounts using the existing come-along system. While in operational position the hoists shall be able to securely fasten themselves to the rails. The controls shall be programmable logic controller (PLC) based. PLC programming shall reside on non-volatile memory which shall not be affected when power is removed from the PLC. A single set of controls shall be used to switch between installed hoists and shall not require the operator to move to a separate control panel to operate each hoist. Main power electrification system shall provide power to hoist control panel starter/disconnect circuit breaker. Design hoists to be operated from a 480 volt, three phase, 60 Hz, alternating current system power source. Each hoist shall be provided with a dedicated electrical ground. Design energy isolating devices for such machine or equipment to accept a lockout device in accordance with NFPA 70. Remove and replace the existing branch circuit conductors, circuit breakers, disconnects and any additional electrical equipment necessary to accommodate the load. Keep and reutilize emergency gate #1 and #2 feeder circuit breakers. The existing 200 ton hoist shall be removed prior to installation. Intent is to award a Design Build contract in the Fall of 2019. On site work needs to be accomplished in the October 2020 to January 2021 window during low pool. 1. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS Code 237990 having a size standard of $36.5 Million Dollars over 3 Fiscal years and that can support the above scope of work should submit a capabilities package. 2. A cover letter provided for the capabilities package should include: a. Name and address of the company. b. Company's business size status (i.e. OTSB, SB, SDB, WOSB, VOSB, SDVOSB, HUBZone, 8(a)); c. A point-of-contact to include phone number and email address. In addition, please provide affiliate information: parent company, joint venture partners, and potential teaming partners. d. List of all NAICS codes your firm is registered under. 3. Interested contractors should submit at least three (3) project examples that were completed within the last 6 years which demonstrate the above scope of work or similar. Submission of project examples on the larger capacity equipment is encouraged. Each project example should contain the following: a. Contract number, organization/agency supported, contract value, list/scope of work, whether your firm was the prime contractor or subcontractor, percentage of work performed by your firm, and NAICS code associated with project. b. A brief description/narrative of how the project example relates to the services described herein c. A statement indicating that you will be manufacturing the hoist system or you are the construction firm doing at least 50% of the work with your own forces. 4. In addition to the above, the Government requests comments from interested parties to the following questions: a. Would your firm be interested in submitting a proposal considering the anticipated scope of services? If not, why? b. What is your firm's Project bonding capacity? Aggregate bonding capacity? c. d. Does your firm have any other comments or suggestions that you would like to share with the Government? This sources sought synopsis is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via FedBizOpps for any resultant or future solicitation package(s) that may be issued. All interested, capable, and responsive contractors are encouraged to reply to this sources sought notice. Please e-mail responses to Kent.R.Bernard@usace.army.mil and no later than 2:00pm, 14 November 2018. Responses must include in the subject line: Response to Sources Sought Synopsis W912EF-19RSS08. Email responses are required and any information submitted is voluntary. THIS NOTICE DOES NOT CONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5-years. The Contractor will be required to use the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. Contracting Office Address: Attn: CENWW-CT / 201 North 3rd Avenue / Walla Walla, Washington 99362-1876 Place of Performance: USACE - Lucky Peak Dam / 9723 E Hwy 21. / Boise, Idaho 83716-9393 Primary Point of Contact: Hillary Morgan / Contract Specialist / Kent.R.Bernard@usace.army.mil / Phone: 509-527-7205
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF19RSS08/listing.html)
 
Place of Performance
Address: Lucky Peak Dam -9723 East Highway 21, Boise, Idaho, 83716, United States
Zip Code: 83716
 
Record
SN05132968-W 20181026/181024230440-850b08c87fa6ff099a787ca5c7482429 (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.