Skip to main content

An official website of the United States government

You have 2 new alerts

Loyalhanna Lake Gantry Cranes Rehabilitation Saltsburg, Westmoreland County, Pennsylvania

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: Jan 30, 2024 01:50 pm EST
  • Original Date Offers Due: Feb 27, 2024 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 01, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J039 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:

Description

Loyalhanna Lake Gantry Cranes Rehabilitation, Saltsburg, Westmoreland County, Pennsylvania. The U.S. Army Corps of Engineers, Pittsburgh District, has a project that involves the rehabilitation of the of two 64 Ton Gantry Cranes at Loyalhanna Dam Road, Saltsburg, PA. The Requirement is generally for the removal of existing paint and repainting, replacing the cranes electrical distribution and control equipment, mechanical components, and cab modifications. The major features of the requirements are identified below: The Requirement specifically includes: a. Abating (lead-based paint) and repainting the interior and exterior of the cabs and Gantry Cranes surfaces; b. Abating (asbestos) and replacing the floor panels; c. Removing and replacing the interior wall and ceiling finishes and associated framing; d. Remove and replace all controls for the Gantry Crane; e. Remove and replace all existing power distribution equipment and interior raceways; f. Removal of all existing equipment (control station boxes and switches, interior conduit, cabling, main breaker, transformer, generator, etc.) g. Removing and replacing existing wire rope on the Gantry Cranes and Jib Crane hoists; h. Removing and replacing existing brakes for the lift beams, gantry hoists, Jib Crane hoists, and gantry traversal wheels. i. Provide and install operational cameras to monitor the live operation of the Gantry Cranes. j. Provide and install HVAC unit in the operational cabs. Disposal of electrical equipment will be required. Hazardous materials will be disposed of in accordance with all federal, state and local regulations. Ferrous and all other construction waste material will be disposed of at commercially permitted facilities licensed to accept waste or recyclable materials as applicable. Construction work will be completed in two phases. Phase one will be the Base Contract which is to rehab Gantry Crane No. 2. Phase two will be the Option Package which is to rehab Gantry Crane No. 1. Gantry Crane No. 2 must be completed, tested, and fully operational before work on Gantry Crane No. 1 can begin, presuming the Option will be exercised. One Gantry Crane must remain operational for potential crest gate operation at the dam. The work shall be completed within 1095 calendar days after written Notice to Proceed. *** NOTICE *** Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ then clicking on, View FFP Contract Changes Playbook Here.

Contact Information

Contracting Office Address

  • WILLIAM S MOORHEAD FEDERAL BUILDING 1000 LIBERTY AVE
  • PITTSBURGH , PA 15222-4198
  • USA

Primary Point of Contact

Secondary Point of Contact

History