L24 PIER REHAB
This is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not... This is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Notice is in support of a market survey being conducted by the St. Louis District, Corps of Engineers to identify interested Contractors within the District area for the Scope of Work listed below. The following are general capabilities required to perform the Scope of Work according to USACE standards. The Contractor must be capable to perform the Scope of Work listed below. General Project Description LD24 is located adjacent to Clarksville, Missouri, 93.5 river miles upstream from St. Louis and river mile 273.5 on the Upper Mississippi River. The dam has a 16 span service bridge, including 15 eighty foot wide Tainter gate bays and 1 eighty foot wide service yard bay. The service bridge spans rest on concrete piers that separate each bay. The top of dam at LD24 is at elevation 483 and contains 1,340 feet of gated section of dam. Work Statement Several major components at the LD24 facilities are in need of repair and rehabilitation. Work is anticipated to be accomplished with traditional river marine construction equipment, such as floating plant and barge mounted crane, staged at the gate bays of the dam in which the work is being done. The work will be performed in each bay behind provided bulkheads, which will be installed and removed by the Government. The work includes three main components: 1. New Tainter gate chains and associated machinery The work consists of furnishing all river based floating plant, labor, materials, and equipment for the removal/disposal of the existing Tainter gate lifting chains and associated machinery and installation, maintenance, and testing of the new government furnished items. This work also includes structural modifications to the Tainter gates to accommodate the new chains, such as installing Tainter gate chain guide assemblies, testing of welds on Tainter gate chain guide assemblies, installing, and connections, along with miscellaneous work associated with this activity. The chain replacement requires the installation of electrical limit switches to be integrated with the existing motor starter. 2. Tainter gate painting/repair Item consists of the structural steel work required for repair of the Tainter gate including bottom strut replacement, crack repair, removal and reinstallation of the side seals, structural member replacement and miscellaneous member replacement. The work includes, but is not limited to, temporary shoring of tainter gates during construction activities, replacement of associated rivets and/or bolts with high strength bolts, welding and non-destructive testing of welds, and containment, sandblasting, cleaning and painting of the exterior and interior of the Tainter gates. 3. Service bridge painting/repair. Work item includes all equipment, labor and materials required for miscellaneous structural steel repairs, containment, sandblasting, cleaning and painting of all the steel surfaces of the steel service bridge. The existing paint on the bridge is lead based paint. Work also includes removal and replacement of bridge bearing bolts, potential gusset plate replacement, crane rail and clip removal, clip replacement, rail re- alignment, and walkway grating replacement. 4. Please provide examples of work that your company has performed in the areas listed below. No more than (3) three in any area of work performed. Examples shall include all areas listed. Describe past work experience showing all or more than one of the areas listed that was performed under one contract. Areas of work involving characteristics that are similar to the types of work described herein: a. Previous industrial painting as certified SSPC QP 1 and SSPC QP 2 Painting Contractor, including lead based paint removal and containment. b. Structural steel rehabilitation and welding projects. c. Working on or around river/marine environment. d. Bridge bearing repair. e. Crane rail rehabilitation, replacement, or re-alignment. f. Mechanical and Electrical rehabilitation of industrial machinery and controls. 5. Please provide business information in the following format: Business Name: Point of Contact: (Name/Phone/Email) Address: Business Size (Large/Small/8(A)) Cage Code: 6. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Notice. The Government requests interested firms submit one (1) copy of their capability and experience response no later than 2:00 p.m., Central Standard Time, on April 22, 2019 and should not exceed 10 one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to the following address: Contracting Division, Attn: Barrietta Killiebrew, St Louis District, Corps of Engineers, 1222 Spruce Street, St Louis, Missouri, 63103-2833, Fax will not be accepted. Email will be accepted, send to barrietta.killiebrew@usace.army.mil. Please direct any questions on this announcement to Barrietta Killiebrew at the above email or phone number 314-331-8514.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »