BARKLEY LOCK EMERGENCY GATE REHAB
REQUEST FOR INFORMATION The Government is issuing this Request for Information to determine a competitive basis. This is not a solicitation. No reimbursement will be made for any costs associated with... REQUEST FOR INFORMATION The Government is issuing this Request for Information to determine a competitive basis. This is not a solicitation. No reimbursement will be made for any costs associated with providing information in response to this survey. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Requirement The U.S. Army Corps of Engineers (USACE), Nashville District, anticipates a requirement for a firm fixed-price construction contract for the rehabilitation of the existing emergency gate at Barkley Lock, Grand Rivers, KY. The estimated magnitude of this project is between $1,000,000 and $5,000,000. Summary of work for the Barkley Emergency Gate Rehab Project*: 1. This work involves removal, rehabilitation, and reinstallation of the existing Barkley Lock Emergency Gate. The gate will be removed from the lock chamber by a marine based crane. The gate may be staged adjacent to the lock on Government property to perform the rehabilitation, or the gate may be set on a barge and transported to an appropriate off site location determined by the Contractor and approved by the Government. The gate is comprised of two main structural components. One component is a welded box truss that is approximately 110' long, 15 wide, and 15' tall. The other component is a vertically reinforced skin plate attached to the downstream side of the truss structure. The skin plate is approximately 110' long and 35' tall. The gate weighs approximately 250 tons. The rehabilitation of this gate will involve: ???? • Preparation of the work site (Top soil removal and gravel lay down area); If performing the work on Government property • Preparation of secondary parking / contractor laydown area • Disconnecting all operating machinery from gate • Lifting of gate from the lock using a marine based crane • Erecting a temporary containment structure around the gate if performing the work on Government property, or transporting the gate to the previously approved location. (a) Structural Items: • Removal of the existing cathodic protection system • Removal of the existing grating panels • Removal of the existing coating system (coating contains lead and abatement is required) • Ultrasonic testing of all existing welds • Repair of all welds that do not meet acceptance criteria • Replacement of any structural members identified by the government after the existing coating has been removed • Perform white metal blasting and coat the structure with the 5-E-Z Vinyl System • Provide and install new galvanized grating (b) Mechanical Items: • Fabricate and replace upstream emergency gate greased truss roller bushings (DWG Q9-30/5.3) with underwater greaseless bushings (Contract drawing to be provided once removed and dissembled) • Fabricate and replace upstream emergency gate greased sill roller bushings with underwater greaseless bushings (Contract drawing to be provided once removed and dissembled) • Disassemble and inspect wire rope IAW OSHA 1910.179 (m) • OPTION: Replace wire if conditions exceed OSHA 1910.179 (m) • REPLACE wire rope clamps and pins where corroded. • Disassemble and inspect hoist idler sheave assembly DWG Q9-31/7.3 to include sheave shaft (MK31/7-2) and bushing (MK 31/7-4) IAW with ASME B4.1. • OPTION: Replace/machine sheave shaft (MK31/7-2) and bushing (MK 31/7-4) if found out of tolerance IAW ASME B4.1. • MECHANICAL HYDRAULIC OPTION • Remove Emergency gate hydraulic dogging system DWG (Q9-31/8.3). • Purchase and install replacement hydraulic system IAW EN ISO 4413 to include but not limited to: • Replace 2x hydraulic cylinders • New HPU/reservoir type configuration with condensate heater and ISO filter requirements • Replace all 2" plumbing • Replace all valve with new ISO compliant valves. • Replace cylinder rod position indicator switches. • Replace cylinder rod sleeves and water seals • Replace embedded hydraulic pipe sleeves through walls with Link-Seal* (c) Deconstruct the temporary containment structure around the gate. • Setting the gate back in the lock chamber • Reattaching all operating machinery • Return the site back to original condition The contractor will be required to provide all plant, labor and materials to construct these features. *Please note that this description is subject to change. The anticipated NAICS code is 237990, Other Heavy and Civil Engineering Construction, with a small business size standard of $36.5 million. Survey The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Your response to this survey is requested by 3:00 PM Central Time, March 6, 2019. Please send by email to fannie.m.robertson@usace.army.mil. 1) Name of your firm: 2) CAGE: 3) Point of Contact, Phone number and EMAIL address: 4) Please provide responses to the following: (a) List one (1) project completed within five (5) years that demonstrates experience, as a prime contractor or subcontractor, erecting and maintaining a temporary facility with a footprint of at least 500 square feet, used for the purpose of particulate containment and controlling environmental conditions (e.g., ambient temperatures and humidity) during media blasting and painting operations of a steel structure. Project Name: Contract Number (if applicable): Year Completed: Prime Contractor or Sub-Contractor: Type and percentage of work self-performed (based on contract value): Dollar Amount: General Description of project: (b) List one (1) project completed within five (5) years that demonstrates experience, as a prime contractor or subcontractor, performing containment and lead abatement during media blasting operations or managing a subcontractor who performed containment and lead abatement during media blasting operations. Project Name: Contract Number (if applicable): Year Completed: Prime Contractor or Sub-Contractor: Type and percentage of work self-performed (based on contract value): Dollar Amount: General Description of project: (c) List one (1) project completed within five (5) years that demonstrates experience, as a prime contractor or subcontractor, applying the specified vinyl coating system (5-E-Z) to a steel structure of at least 1,000 square feet in surface area. Project Name: Contract Number (if applicable): Year Completed: Prime Contractor or Sub-Contractor: Type and percentage of work self-performed (based on contract value): Dollar Amount: General Description of project: (d) List one (1) project completed within five (5) years that demonstrates experience, as a prime contractor or subcontractor, performing structural welding in accordance with AWS D1.5 or managing a subcontractor who performed structural welding in accordance with AWS D1.5) for repairs, retrofits, new fabrication, or additions to steel structures. Project Name: Contract Number (if applicable): Year Completed: Prime Contractor or Sub-Contractor: Type and percentage of work self-performed (based on contract value): Dollar Amount: General Description of project: (e) List one (1) project completed within five (5) years that demonstrates experience, as a prime contractor or subcontractor, lifting a structure of at least 125 tons in a single lift utilizing a crane from a floating plant (or managing a subcontractor who lifted a structure of at least 125 tons in a single lift utilizing a crane from a floating plant). Picks performed from non-floating plant scenarios will not satisfy this criteria. Project Name: Contract Number (if applicable): Year Completed: Prime Contractor or Sub-Contractor: Type and percentage of work self-performed (based on contract value Dollar Amount: General Description of project: 5) For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14, Limitations on Subcontracting? 6) Do you plan to subcontract to only small businesses? 7) If the answer to question 7 is "yes", are these small businesses with a sub-category (e.g. e.g. HubZone, 8(a), SDVOSB, WOSB, etc.) 8) What is bonding capacity per contract? 9) What is your aggregate bonding capacity per contract? 10) If this requirement is advertised, do you anticipate submitting a bid? 11) Please provide any additional information you feel is necessary:
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »