Notice of Intent to solicit brand name or equal components for a modification to an existing construction contract for Bridge Work
The New York District plans to award a modification to an existing construction contract for Bridge Work, Physical Security/Safety Improvements in FY20. This notification serves three (3) purposes: 1.... The New York District plans to award a modification to an existing construction contract for Bridge Work, Physical Security/Safety Improvements in FY20. This notification serves three (3) purposes: 1. To notify potential bidders of the Government’s intent to solicit the following brand name or equal components for this project. 2. To identify potential sources that can provide an equivalent to the listed brand name items. 3. Notification of the intent to solicit brand name or equal components as described below: a. The items described below, under summary of requirements, are embedded in the subject construction project. The work will be issued as a construction contract modification. The components described below will be brand name or equal. In the event no equivalent sources are found, the brand name or equal justifications will be issued pursuant to DFARS 211.104 Use of Brand Name or Equal and DFARS 206.302-1 Only One Responsible Source. A subsequent market survey will not be published in support of a Justification and Approval for sole sourcing. Supplies of the brand name or equal components will be provided directly to the Contractor(s) and not to the Government. b. Summary of Requirements: i. Wipe Rope and Fittings (1) Wire rope and fittings on this project are to replace existing bridge suspender ropes. Three manufacturers are listed within the specifications from who the customer has samples of work from previous projects. These manufacturers are listed only as a standard of quality and the contractor may submit others as deemed appropriate, to be approved by the COR based on the salient characteristics of the wire rope. (2) The following manufacturers are listed in the project specifications. (a) Wireco, Prairie Village, Kansas (b) Wire Rope Works , Williamsport, Pennsylvania (c) Bridon Bekaert The Rope Group USA, Wilkes-Barre, Pennsylvania (3) The salient characteristics of the wire rope are as follows: (a) Rope shall conform to ASTM A603 except where it conflicts with project specifications. (b) Wires shall have Class A galvanizing. (c) The wire strands forming the wire rope shall meet the properties in Table 1 of ASTM A586. Tensile strength and stress at 0.7% extension shall be based on actual cross sectional area of the finished wire, including zinc coating. ii. Caulking (1) The project specifies Sikaflex-1a or approved equal to replace caulking on replaced bridge cable bands. (2) The caulk shall be a one part, non-sag, low-modulus, moisture-cured, polyurethane elastomeric sealant with color to match existing as closely as possible. Salient characteristics for the caulk are as follows. (a) Caulk shall conform to ASTM C 920, Type S, Grade NS, Class 35, use NT, A, M. (b) Caulk shall conform to Federal Specification TT-S-00230C, Type II, Class A (c) Caulk shall be certified to NSF/ANSI 61 for drinking water. iii. Paint Systems (1) Paint systems are listed within the project specifications with specific product systems listed as a standard of quality. The systems listed are as follow: (a) Paint System B (total coating replacement or painting shop-primed steel), Epoxy Zinc Rich Primer / Epoxy Intermediate / Urethane Finish SEE ATTACHED TABLE 1 (b) Paint System B’ (total coating replacement – with sealer), Epoxy Zinc Rich Primer / Epoxy Penetrating Sealer / Epoxy Intermediate / Urethane Finish SEE ATTACHED TABLE 2 (c) Paint System B’’ (overcoating), Spot Epoxy Zinc Rich Primer / Spot Epoxy Intermediate / Epoxy Penetrating Sealer / Urethane Finish SEEATTACHED TABLE 3 (d) Paint System E (overcoating), Spot Alkyd Primer / Alkyd Intermediate / Silicone Alkyd Finish SEE ATTACHED TABLE 4 (e) Paint System F (overcoating), Alkyd Primer / Aluminum Alkyd Finish SEE ATTACHED TABLE 5 (f) Paint System G (total coating replacement), Aluminum Epoxy Mastic Primer / Epoxy Intermediate / Urethane Finish SEE ATTACHED TABLE 6 (g) Paint System I (repainting I bars), Requires Paint System B’ followed by Localized Crystalline Calcium Sulfonate Penetrating Sealer / Finish SEE ATTACHED TABLE 7 (h) Paint System J (total coating replacement), Aluminum Epoxy Mastic Primer / Epoxy Intermediate / Urethane Finish SEE ATTACHED TABLE 8 (i) Paint System K (total coating replacement or painting shop-primed steel), Epoxy Zinc Rich Primer /Epoxy Intermediate / Polysiloxane Finish SEE ATTACHED TABLE 9 (j) Paint System K’ (total coating replacement – with sealer), Epoxy Zinc Rich Primer / Epoxy Penetrating Sealer / Epoxy Intermediate / Polysiloxane Finish SEE ATTACHED TABLE 10 (k) Paint System M (total coating of bare galvanized steel), Spot Epoxy Zinc Rich Primer / Full Epoxy Intermediate / Full Urethane Finish SEE ATTACHED TABLE 11 (l) Paint System M’ (overcoating of previously painted galvanized steel – with sealer), Spot Epoxy Zinc Rich Primer / Full Epoxy Penetrating Sealer / Full Urethane Finish SEE ATTACHED TABLE 12 (m) Paint System N (total coating of bare galvanized steel), Spot Epoxy Zinc Rich Primer / Full Epoxy Intermediate / Full Polysiloxane Finish SEE ATTACHED TABLE 13 (n) Paint System N’ (overcoating of previously painted galvanized steel), Spot Epoxy Zinc Rich Primer / Full Epoxy Penetrating Sealer / Full Polysiloxane Finish SEE ATTACHED TABLE 14 (o) Paint System O (coating of bare and previously painted concrete), Acrylic Primer / Acrylic Finish SEE ATTACHED TABLE 15 (p) Paint System T (cables – new and overcoating), Acrylic Elastomeric / Acrylic Elastomeric with non-skid SEE ATTACHED TABLE 16 (q) Paint System TSC (bare steel – metallizing with sealer and finish coat), Metallizing / Full Sealer / Full Finish (Polysiloxane or Urethane) (i) The most current version of the Joint Standard/Standard Practice SSPC-CS 23.00/AWS C.2.23/NACE No. 12; “Specification for the Application of Thermal Spray Coatings (Metallizing) of Aluminum, Zinc, and Their Alloys and Composites for the Corrosion Protection of Steel,” will govern the construction and execution of Paint System TSC.1 except as modified below: (ii) TSC FEEDSTOCK REQUIREMENTS – use 85/15 Zn/Al alloy. (iii) SURFACE PREPARATION REQUIREMENTS – SSPC-SP 5 / NACE No.1 (iv) TSC COATING THICKNESS - Range from 10 to 12 mils ( 254 to 305 µm) Conform to SSPC- PA 2 Inspection Level 4 for acceptable ranges of thickness (spot readings 80% of the specified minimum and 150% of the specified maximum are permitted) (v) BEND TEST – Bend tests are mandatory SEE ATTACHED TABLE 17 (r) Paint System WS (cleaning and painting in-service weathering steel), Epoxy Zinc Rich Primer / 2 coats Epoxy Intermediate / Urethane Finish SEE ATTACHED TABLE 18 (s) Paint System X.CI (total coating of bare cast iron), Full Epoxy Intermediate/ Full Urethane Finish (or polysiloxane, to match surrounding finish) SEE ATTACHED TABLE 19 (2) For paint systems requiring a zinc coating (B, B’, B’’, K, K’, M, M’, N, N’, WS), equivalency of paint systems may be established through completion of AASHTO National Transportation Product Evaluation Program (NTPEP) testing for structural steel coatings. The acceptance criteria are as follow: (a) Minimum 80% zinc in the dry film (b) Minimum coating system adhesion (ASTM D4541, pneumatic) - 2,000 psi (c) 5,000 hours salt fog exposure (ASTM B117) (d) Rust creepage from scribe - maximum average of 3mm (e) Blistering (ASTM D714) – no more than #8 Few (f) 5,040 hours cyclic weathering exposure (ASTM D5894) (g) Rust creepage from scribe - maximum average of 3mm (h) Blistering (ASTM D714) – no more than #8 Few (i) Finish coat color change (ASTM D2244) – less than/equal to 3?E (j) Finish coat percent gloss reduction (ASTM D523) – maximum 50% (3) For all paint systems, equivalency may be established under the following criteria. Equivalency for zinc-based paint systems may also be established under these criteria. (a) Provide comparable or superior corrosion protection, weathering resistance, and color/gloss retention relative to the paint systems listed. (b) Be a standard, regularly-produced product of the manufacturer, having been on the market for at least 4 years, and having a sales level of 1,000 gallons minimum for each coat during the past year. (c) Have a minimum of two years successful field exposure on at least two entire bridge structures in a climate similar to New York City. (d) Be submitted with product literature and a reference list of bridge painting projects where the system was used, and the name, telephone number, and contact person of the bridge owner and Contractor who applied them. (e) Be certified by the manufacturer in writing that the coating will perform comparably to the paint systems listed below when applied in accordance with the requirements of this specification. 4. Any vendor that wishes to provide an alternate source to the brand names above that is compatible with the above must provide a response with data supporting the claim within 15 business days of this announcement to New York District Corps of Engineering, Contracting Division. Submit responses via email, as PDF documents, to: matthew.e.lubiak@usace.army.mil 5. This is a market survey and notification of intent only. This is not a request to respond to a solicitation. This requirement will be added to an existing construction contract as a contract modification.
Data sourced from SAM.gov.
View Official Posting »