Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2008 FBO #2517
SOURCES SOUGHT

J -- Rebuild Elevator Hoist machine

Notice Date
10/15/2008
 
Notice Type
Sources Sought
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
A0900000025
 
Response Due
10/30/2008
 
Archive Date
10/15/2009
 
Point of Contact
Nicole Haines Contract Specialist 3039692473 Nicole_Haines@nps.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
General: The National Park Service, Department of Interior, intends to negotiate a sole source, Commercial Services Contract with H&H Industrial Motors Inc, 5130 West 16th Street, Cicero IL, to acquire the below listed services. The project location is at Perry's Victory and International Peace Memorial in Put-in-Bay, Ohio. The monument is a 352-foot column in the Doric Order built of 78 courses of pink Milford, Massachusetts granite. The monument's rotunda is of Indiana limestone, with a floor of Tennessee and Italian marble. It is surmounted by a 23-foot tall bronze urn. Plazas are of granite stones and a circular brick pattern at base of column with granite benches, urns, and planting boxes. The column itself is essentially unreinforced masonry constructed on bedrock. On 6/22/2006, a portion of a 500-pound granite fascia stone fell off the Observation Deck and crashed onto the Upper Plaza penetrating the concrete slab into the basement below. Both metal (urn) and column (granite) pieces have fallen off since this time. A design-build contract was awarded to Wiss, Janney, Elstner Associates, Inc. to acquire services such as supplemental investigation, analysis, stabilization, and temporary waterproofing repairs at monument to make it safe for the public. Prior to any construction efforts as part of the noted contract, the elevator must be rebuilt as noted herein for safety and continuity of operations. The work of this contract consists of non-personal services to rebuild the 1936 Otis Elevator Company, Model No. 70, gearless hoist machine in the Memorial Column. The elevator was originally manufactured and installed by Otis Elevator Company in 1918. Much of the elevator and its components remain in their original condition. Over its nearly 90 year operating life, only a few major components have been replaced. The balance of the elevator remains original. The hoist machine remains original. The motor's condition indicates that it is beginning to fail and the bearings, seals, brake shoes and brake coil all require refurbishment to extend the reliable operation of the hoist machine for at least another 50 years. The hoist machine will be rebuilt on-site. This acquisition is being conducted under the procedures of FAR 5.201 and 6.302. The subsequent contract will be negotiated in accordance with FAR Parts 12 and 13 as a commercial services contract. The Government believes that the identified contractor is the "only one responsible source", as defined by FAR 6.302-1, for the required services. Firms that believe they can provide the required services described below are encouraged to identify themselves and give written notice to the Contracting Officer as noted below. PRIMARY SERVICES REQUIRED include completely refurbishing the hoist machine to include but not be limited to: Suspend the elevator car and counterweight and remove the hoist ropes from the drive sheave; Remove all brush rigging and the upper casing from the hoist motor; Remove all four motor shunt field coils; Clean shunt field coil pole pieces and protect with rust-inhibiting pain; Strip armature to remove all material, clean core and prepare to receive new magnet wire coils; Install new bearings at both ends of armature shaft; Install new seals and gaskets at both armature end caps; Install new formed copper armature coils on armature in place; Turn and undercut the hoist motor commutator surface; Install new motor shunt field coils; Reassemble the hoist motor and install the upper casing; Install new commutator brush holders. Stagger brush holders so brush contact patter is dispersed across the maximum available area of the commutator while allowing adequate space for horizontal movement of the armature during emergency stops; Remove the existing brake coil and install a new the brake coil; Remove both brake arms and reline both brake pads; Remove, polish, lubricate and reinstall all brake pivot pins, including brake arm pivots and brake actuating levers; Replace the hoist ropes and suspend the elevator car from the ropes; Adjust the brake for running clearances specified by the manufacturer; Adjust the elevator to stop within 1/4" of sill at all openings. The contractor shall also provide a schedule prior to start of services showing the anticipated period of performance to complete the work. All work shall be done in accordance with standard commercial practices and published elevator safety standards. This notice is not a request for competitive quotes. All responses from contractors who believe they are capable of performing the work must be received within 15 days of the date of publication of this synopsis and will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquiries will only be accepted by FAX at (303) 987-6646, Attention: Nicole Haines. Responses should include a brief narrative of the contractor's capability to perform the services, the contractor's Dun and Bradstreet number and identification of the contractor's business size in accordance with the size standard. Title of Project: Rebuild Elevator Hoist Machine Type of Procurement: A firm-fixed commercial services contract is anticipated using simplified acquisition methods.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=01e3b312438bbf8c8ce07fd0dc45cb31&tab=core&_cview=1)
 
Place of Performance
Address: Perry's Victory and International Peace Memorial on South Bass Island at Put-in-Bay, Ohio.<br />
Zip Code: 434560549<br />
 
Record
SN01691886-W 20081017/081015214655-01e3b312438bbf8c8ce07fd0dc45cb31 (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.