LD 24 & LD 25 MITER GATE ANCHORAGE
Amendment 0001 This Revised Sources Sought Notice below replaces the original Sources Sought Notice. This is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, no... Amendment 0001 This Revised Sources Sought Notice below replaces the original Sources Sought Notice. 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 in Clarksville, Missouri at river mile 273.5 on the Upper Mississippi River. LD25 is located in Winfield, Missouri at river mile 241.4 on the Upper Mississippi River. Each lock site has a functional 600 ft by 110 ft single lock chamber with a set of miter gates at the upstream and downstream ends. Work Statement The main lock miter gate anchorages at both LD24 and LD25 are in need of replacement. Work is anticipated to be accomplished with traditional heavy river marine construction equipment, such as floating plant and barge mounted crane, staged at the lock. The work will be performed during a scheduled winter closure at both locks. The work includes two main components: 1. Removal and Reinstallation of Miter Gates The work consists of furnishing all river based floating plant, barge mounted crane, labor, materials, and equipment for installation and removal of lock bulkheads and the removal, laydown and reinstallation of upper miter gate leaves at LD24 and LD25. Upper gates are being removed to complete scheduled maintenance repairs via separate contract. The work also include the use of marine divers to install temporary shoring to support the existing downstream miter gates in the gate recesses. 2. New Miter Gate Anchorages The work consists of furnishing all river based floating plant, barge mounted crane, labor, materials, and equipment for removal and replacement of 6 miter gate anchorage frames and modification of 2 existing miter gate anchorage frames at LD24 and LD25. The work involves concrete removal via diamond wire saw or other conventional methods, fabrication and installation of new miter gate anchorage frames, placement of new reinforced concrete, connection of the new miter gate anchorage frames to the miter gates. Associated electrical work consists of identification and temporary disconnection of existing electrical circuits (480V), removal and replacement of embedded duct bank sections and various embedded conduit sections, and reconnection of electrical circuits. 3. 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. Marine crane applications and experience for heavy lifts of 100 tons or greater. b. Hydraulic Steel Structures fabrication and installation projects within close tolerances. Fabricator shall be certified under the AISC (American Institute of Steel Construction) Quality Certification Program, and shall be designated an AISC Certified Plant, Certified Bridge Fabricator - Advanced (ABR), Certified Bridge Fabricator-Intermediate (IBR), or Certified Hydraulic Fabricator (HYD) with a Fracture Critical Endorsement (FC). c. Concrete demolition and removal experience. d. Lock and Dam Rehabilitation work on or around river/marine environment during scheduled closures. e. Electrical work involving ability to locate embedded raceway/circuits, experience with installation of electrical duct banks and implementing electrical safety procedures including lock-out/tag-out. 4. 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: 5. 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 »