Spirit Lake Gate Repair

expired opportunity(Expired)
From: Federal Government(Federal)
W66QKZ92186323

Basic Details

started - 19 Aug, 2019 (about 4 years ago)

Start Date

19 Aug, 2019 (about 4 years ago)
due - 28 Aug, 2019 (about 4 years ago)

Due Date

28 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W66QKZ92186323

Identifier

W66QKZ92186323
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE ARMY (133113)USACE (38130)NWD (6936)US ARMY ENGINEER DISTRICT PORTLAND (1254)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) 5.2 "Synopses of Proposed Contract Actions."US Army Corps of Engineers (USACE), Portland District intends to award a sole-source, contract with the Jerry Wright - Field Service; 4987 7th Street; Mariposa, CA 95338. The US Army Corps of Engineers - Portland District (NWP) Engineering and Construction Division Product Delivery Team (PDT) is soliciting for services to install a gate actuator replacement and inspect the gate of the outlet tunnel sluice gate of Spirit Lake near Mount St. Helens in the state of Washington.a. Background: The Spirit Lake Outlet Tunnel sluice gate was manufactured by Waterman Industries (Model 35/55 sluice gate) and originally installed in 1985. The gate contains a crank-lock mechanism that is no longer produced. The gate is located in a remote site at the Spirit Lake near Mount Saint Helens, Washington. The Government needs to have a full inspection of the gate to know
its current condition and also have basic maintenance performed per the gate's operation and maintenance manual.b. Essential tasks include:1) Task 1 - Replacement of Actuator: Remove the existing actuator, install the new actuator, and test gate operation as follows:• Remove the stem cover, gearbox, actuator, actuator pedestal, baseplate, and leveling grout underneath the baseplate.• Install new baseplate, pedestal, actuator assembly, and gearbox onto existing gate stem and secure to existing concrete anchors with new hardware.• Install new gasket material to seal all housing cover joints.• Install new limit nut on existing stem and secure in place ensuring full closure of the gate and install new stem cover.• Level and plumb new assembly to existing gate stem as needed.• Lubricate all equipment as per manufactures instructions.• Test operation of the gate through two full cycles ensure no misalignment or binding and adjust level and plumb as needed.• Grout under baseplate.• Provide means of galvanic isolation between dissimilar metals, or provide exterior protecting coating over exposed bolted joints.• Dispose of removed equipment.2) Task 2 - Inspection of Gate: The Contractor shall review the O&M Manual and conduct an inspection on the current condition of the gate. The inspection of the gate is expected to occur on or around 15 September 2019. The Contractor shall provide a written summary of the inspection, including areas requiring maintenance, repair, or replacement. The Contractor shall provide the inspection summary to the Contracting Officer's Representative, Technical Representative, and Project Manager within 2 days after inspection.3) Task 3 - Shop Drawings: The Contractor shall provide detailed shop drawings and operation and maintenance manuals for record of the new equipment installed. Shop drawings shall include but not be limited to overall assemblies, weldments, and individually machined components. Drawings and manuals shall be provided to the Government in original CAD format as generated, and pdf format no later than 30 days after completion of Task 1 and Task 2.c. The Government Will Furnish:This service call will require travel to the Kelso/Longview and Mount St. Helens area in Southwest Washington. The location requires a helicopter flight from Johnston Ridge Observatory helispot within the Mount St. Helens National Volcanic Monument in southwest Washington. The federal government will provide the arrangements for the helicopter flight.The Government will furnish information, the Operations & Maintenance Manual for the Spirit Lake Tunnel Sluice Gate and Operator, and incidental items (such as Lock-out tags and locks) as described in this PWS. The Contractor is required to take reasonable care in handling Government Furnished Information (GFI) during the course of the contract.The Contractor shall provide a management plan (control use, preserve, protect, repair and maintain) for the GFI in its possession. If subcontracts are included in this source of work then the Contractor shall include a management plan (control use, preserve, protect, repair and maintain) for the GFI in its possession from the Sub-Contractor.d. The Contractor Shall FurnishThe Contractor shall provide all materials, parts and labor in performance of the services and deliverables as defined in this PWS. The Contractor shall be self-sufficient in performing task requirements to the maximum extent possible. Any additional Government information and/or furnished equipment required for completion of the identified tasks shall be requested in writing as part of the Contractor's technical proposal and mutually agreed to as part of the contract award. Upon completion of the replacement and inspection, the Contractor shall remove all Contractor supplied equipment from the site.The statutory authority for this non-competitive acquisition is 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 and DFARS 206.302-1, Only one responsible source and no other services will satisfy agency requirements.A SOLICITATION WILL NOT BE POSTED. The Government intends to proceed with this sole source action. The NAICS code is 811310, Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance. The size standard as defined by the U.S. Small Business Administration is $8 million.THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. Interested vendors must show clear and convincing evidence that competition of this requirement would be advantageous to the Government by submitting a capability statement demonstrating ability to 1) conduct inspection and repair on Waterman Industries (Model 35/55 sluice gate); 2) past project experiences with inspection and repair on Waterman Industries (Model 35/55 sluice gate); 3) past experience working in remote locations; and 4) experience creating detailed shop drawings and operation and maintenance manuals for record of new equipment installed.If no affirmative written responses are received by 08:00 AM local time on 28 August 2019, an award will be made without further notice. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. Electronic responses and questions shall be submitted via email to Teresa.f.dailey@usace.army.mil. The U.S. Army Corps of Engineers is not responsible for any costs incurred by responding to this notice. 

333 SW 1st Avenue, Block 300 Portland, Oregon 97204 United StatesLocation

Place Of Performance : 333 SW 1st Avenue, Block 300

Country : United States

You may also like

Saylorville Lake Roads, Trails, and Infrastructure Repair

Due: 13 May, 2024 (in 15 days)Agency: DEPT OF DEFENSE

Classification

811 -- Repair and Maintenance/811310 -- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
naicsCode 811310Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products