Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOURCES SOUGHT

39 -- Bonneville Dam Powerhouse Two, New 65 Ton Tailrace Gantry Crane

Notice Date
5/27/2021 9:39:44 AM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N-21-R-0020
 
Response Due
6/11/2021 11:00:00 AM
 
Archive Date
06/26/2021
 
Point of Contact
Melanie A. Barrett, Phone: 5038084617, Patrick Collins, Phone: 5038084594
 
E-Mail Address
Melanie.A.barrett@usace.army.mil, patrick.pcollins@usace.army.mil
(Melanie.A.barrett@usace.army.mil, patrick.pcollins@usace.army.mil)
 
Description
FOR THE BONNEVILLE DAM POWERHOUSE TWO, NEW 65 TON TAILRACE GANTRY CRANE � SOLICITATION W9127N21R0020 The U.S. Army Corps of Engineers, Portland District has a new requirement for a New 65 Ton Tailrace Gantry Crane for the Bonneville Lock and Dam, at Powerhouse Two. This project also includes removal of the existing 65 Ton Gantry crane, replacement of the Three wire Overhead Conductor System with the Four Wire Runway Conductor system, and the design and construction of a steel guardrail.� The Government intends to procure this requirement on a competitive basis in accordance with the provisions as set forth in FAR Part 15.101-1 Best Value Tradeoff Process Contracting by Negotiation. This solicitation will use a FAR Part 15.101-1 Best Value Tradeoff Process. It will be a hybrid supply, with construction installation contract. The Produce Service Code (PSC) will be 3950 �Winches, Hoists, Cranes and Derricks,� and the NAICS code will be �333923 �Overhead Traveling Crane, Hoist, and Monorail System Manufacturing,� which has a small business size standard of 1,250 employees. A formal solicitation will follow this announcement on or around 18�June 2021.� This work consists of replacing the existing Bonneville Powerhouse 2, Tailrace Gantry Crane to increase reliability, functionality, safety, and bring all elements up to current codes and standards, provide for increased accuracy of operation, and reduce risk of malfunctions and failures. Work Requirement: The work consists of replacing the existing 65 Ton Tailrace Gantry Crane with a New 65 Ton Tailrace Gantry Crane at the Bonneville Lock and Dam, Powerhouse 2, located� on the Washington side, with access to the work site from State Route 14 on the Washington side via the Dam Access Road. The contractor must design, manufacture, install, test, and commissioning of the new Tailrace Gantry Crane. The Intake Gantry Crane provides for placement of the spillway stoplogs, the penstock stoplogs, and for general servicing of the deck of the spillway. The work includes the removal of the existing Intake Crane and the replacement of the existing cable reel power supply to a conductor rail and collector system, conversion from a 3-wire to 4-wire power feed, and design and construction of a protective guardrail.� Project Background Bonneville Dam is located 145 miles from the mouth of the Columbia River, approximately 40 miles east of Portland, Oregon. A Public Works Administration project of President Franklin D. Roosevelt�s New Deal, Powerhouse 1, spillway and original navigation lock were completed in 1938 to improve navigation on Columbia River and provide hydropower to the Pacific Northwest. Powerhouse 2 was completed in 1982 and a larger navigation lock in 1993. Powerhouse 1 has 10 main units with a total rated capacity of 518 MW, and Powerhouse 2 has 8 main units with a total rated capacity of 612 MW. The Bonneville Powerhouse 2 Tailrace Gantry Crane (No. 8) was originally commissioned in the early 1980's. This crane has a 65-ton main hoist and a 15-ton auxiliary �hoist as its main features. The Gantry Crane is used for all work requiring crane support on the tailrace deck of Powerhouse 2 including handling draft tube bulkheads (tail logs), floating orifice gates (FOGs), adult fish channel stoplogs and bulkheads, and all deck hatches. Hoisted items can be transferred from one end of the tailrace deck to the other with this crane. The Contractor will be required to work closely with the Government to establish a designated work area for erection and testing of the new tailrace gantry crane that will minimize impacts on daily operations of the in Bonneville Powerhouse 2 Tailrace Gantry Crane plant. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT NOTICE Point of Contact name, email address, and phone number. CAGE Code and DUNS number. In the event that the organization is a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB. Statement of Capability (SOC) Statement of your firm�s capacity to fabricate cranes � the estimated rate of manufacturing/ fabrication for the project described in this notice.� Work hours per ton of steel is preferred. Statement of your firm�s skills knowledge, and equipment required to perform the application of vinyl-type impacted immersion coating on hydraulic steel structures.� Examples of recent and relevant experience performing welding under AWS D1.1 within the last five (5) years. A brief statement of recent and relevant experience coordinating work on a job site, to include management of divers, management of deliveries of large items, and crane operations within the last five (5) years. The requested information shall be submitted electronically to: US. Army Corps of Engineers Attn:� Melanie Barrett Email:� Melanie.A.Barrett@usace.army.mil. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. Primary Point of Contact:��������������������������������������� Contracting Office Address: Melanie A. Barrett������������������������������������������������������ U.S. Army Corps of Engineers Contract Specialist����������������������������������������� ����������� USACE District, Portland Melanie.A.Barrett@usace.army.mil� � � � � � � � � � � � � � � PO Box 2946 Phone:� (503) 808-4617��������������������������������������������� Portland, OR 97208-2946 U.S. Place of Contract Performance:� Bonneville Dam, Powerhouse 1
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dfe22f6334e344239448c005f80ded15/view)
 
Place of Performance
Address: Cascade Locks, OR, USA
Country: USA
 
Record
SN06015823-F 20210529/210527230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.