John H Kerr Bulkhead Repair
SOURCES SOUGHT NOTICE FOR John H Kerr Bulkhead Repair This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request doe... SOURCES SOUGHT NOTICE FOR John H Kerr Bulkhead Repair This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is seeking information regarding the capability and availability of qualified contractors to provide the repair and refurbishment of one floating bulkhead for at the John H. Kerr Dam in Mecklenburg County Virginia. The Government is requesting information from interested and capable sources for the purpose of identifying sources that can meet the Government's requirement and help determine how to issue the solicitation. The information provided must contain enough detail to demonstrate ability to meet the Government's requirement as described in the Project Information listed below. It is the intent of the Government to solicit and award as a firm fixed priced contract and will be procured in accordance with the FAR, DFARS, AFARS, and USACE Acquisition Instructions. The anticipated performance period for this contract is 180 calendar days from date of award. The responses are for informational purposes only and do no obligate the Government or Contractor in any way. The Contractor refurbish and repair the floating bulkhead at John H. Kerr Dam in Mecklenburg County Virginia. The work will primarily consist of two tasks: 1) retrieval and inspection 2) repair and refurbishment of the structure. All work will be performed in accordance with the contract drawings and specifications. The work covered by this task order includes the refurbish and repair the floating bulkhead at J.H. Kerr Dam. A. RETRIEVAL: The floating bulkhead shall be removed or floated near the shoreline at the dam engineering yard (see Enclosure 4). The J.H. Kerr Bulkhead has a surface measuring 50'0" in width and 29' 5-5/8" in height, with an estimated empty weight of 161,000lbs. Work shall be done with the bulkhead remaining in the water given the unit's ability to cavitate onto each of its sides. The bulkhead consists white oak timbers with rubber seals, and 4 valves used for floating and submersion of the structure. B. INSPECTION: As the bulkhead has not been fully inspected due to partial submersion. A full, detailed inspection of the structure is required prior to execution of any repair work. All structural members shall be visually inspected, and all welds shall be dye penetrant tested (PT). Any and all cracks, deformities, and corrosion indications will be reported to COE Wilmington District for further analysis and repair determination. Pictures, drawing markups, measurements and inspection reports will all be submitted to COE Wilmington District for evaluation. Contractor is recommended to consult EM 1110-2-6054 "Inspection, Evaluation, and Repair of Hydraulic Steel Structures" for further guidance. C. REPAIR & REFURBISHMENT: All repair & refurbishment work shall be executed according to the contract drawings and specifications provided. All work shall be performed in a selected staging area. All exterior lead paint, and lead paint removed in support of weld inspections and interior paint repairs shall be removed in accordance with specification section 02 82 33.13.20 "Remove/Conrol and Disposal of Paint with Lead". Base Metal Repair of the bulkhead shall be executed in accordance to specification section 05 05 13 "Fabrication of Hydraulic Steel Structures," and Contractor is recommended to consult EM 1110-2-6054 "Inspection, Evaluation, and Repair of Hydraulic Steel Structures" for further guidance. Seal Timbers shall be replaced per specification 06 13 33 "Pier Timberwork." Seals shall be replaced per specification 35 20 16.53 "Waterway and Marine Construction." All valves shall be replaced with equivalent components and shall meet the requirements ASME B31.3 "Process Piping." The bulkhead shall be painted in accordance to specification section 09 97 02, "Painting: Hydraulic Structures." The entire exterior of the bulkhead shall be stripped and repainted. The bulkhead interior will repainted only in those areas where corrosion has degraded the paint, and areas where paint was stripped for inspection. Do note, all paint currently applied to the bulkhead shall be considered leaded unless otherwise tested to show no lead is present. D. "AS-BUILT" DOCUMENTS: The Contractor shall provide "as-built" drawings to the Government upon delivery of the bulkhead. The as-built drawings are drawings showing final as-built conditions of the project. The Contractor shall also provide an "As-Built Record of Equipment and Materials." This record shall consist of a list of the as-built materials and equipment incorporated into the fabrication of the project. See specifications section 01 78 00, "Closeout Submittals" for guidance on these documents. All interested firms with 488390 as an approved NAICs code have until 2 July 2019 at 1400 PM. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM Record to included DUNS Number and CAGE Code - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Evaluation Criteria - Technical - Offeror shall provide a capabilities statement and documentation supporting personnel qualifications to demonstrate technical capabilities in performing the work in accordance with the specifications of this requirement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, offeror shall address the administrative and management structure of such arrangements. - Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance as described in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. Projects involving the clearing and brush removal on slope and terrain similar to this requirement will be considered relevant past performance. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Ros Shoemaker and Alicia Evans E-mail: Rosalind.m.shoemaker@usace.army.mil and alicia.g.evans@usace.army.mil The email should be titled: John H Kerr Bulkhead Repair Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »