Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2013 FBO #4236
SOURCES SOUGHT

M -- Drain and Pressure Cell Cleaning at Mount Morris Dam - Sources Sought Response Form

Notice Date
6/28/2013
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-13-S-0005
 
Archive Date
7/27/2013
 
Point of Contact
Oksana Strekha, Phone: 716-879-4122, Jeffrey G. Ernest, Phone: 7168794173
 
E-Mail Address
oksana.strekha@usace.army.mil, jeffrey.g.ernest@usace.army.mil
(oksana.strekha@usace.army.mil, jeffrey.g.ernest@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Response Form THIS IS A SOURCES SOUGHT NOTICE ONLY. USACE Buffalo District intends to determine the extent of capable Firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: USACE Buffalo District is seeking interested firms capable of performing drain and pressure cell cleaning and televising at Mt. Morris Dam located at Mount Morris, NY and is capable of executing the work as described below. Background The Mount Morris Dam (MMD) is a concrete gravity dam located on the Genessee River. Construction of the dam was completed in 1953 for flood control purposes. The concrete structure sits approximately 242 feet above the riverbed and abuts into the local bedrock on both sides of the gorge. The crest of the dam is approximately 100 feet below the top of the gorge. Locally, the bedrock of the gorge wall is comprised of fissile shales and interbedded siltstones of the Rhinestreet (upper) and Cashaqua (lower) formations. Pressure Cells Uplift pressure cells are of a standpipe type. There are a total of thirty (30) cells lined with 1 ½" nominal diameter steel pipe, 16 in the grouting gallery and 14 on level 2. A 24" x 16" x 12" collector box filled with pea gravel encloses the final 16" of pipe, of which 9" has 1/8" perforations. The collector boxes rest on the bedrock-to-concrete interface and are designed to measure hydrostatic pressure from the bedrock. The 30 cells have lengths ranging from a minimum of approximately 23 feet to a maximum of approximately 161 feet. The total length of piping is approximately 1,530 feet. The minimum bend radius is 3 feet. Five (5) pressure cells are known to be under low pressure. The remaining twenty-five (25) do not flow water. Contractor shall release pressure from the valve before removing bolted valve assembly for pipe access. Foundation Drains There are a total of one-hundred-thirty-two (132) foundation drains within the dam. Of these, sixty-six (66) are located in the sump trench of the lowest level within the dam, known as the grouting gallery. Drains are 4" diameter and lined with steel pipe embedded in the concrete down to bedrock, approximately 10-15 feet. This steel casing extends up a foot or so from the floor. From here, a 3" diameter hole extends into the bedrock at a 15 degree angle and depths alternate of 40 and 60 feet, giving total drain lengths of approximately 50 to 75 feet. The remaining sixty-six (66) drains are split between both dam abutments, and can be accessed within the 45 degree sloped curtain walls. Drains are 2 1/2" diameter and encased with steel pipe embedded in the concrete down to bedrock, approximately 10-15 feet. Below elevation 640 feet, the drains extend 40 approximately feet into bedrock. Above this elevation, the drains extend approximately 60 feet into bedrock. All cleaning must be performed by the staircases which line the curtain walls. A fall prevention plan including fall protection will be necessary when working on these drains. The total length of drains is approximately 8,250 feet. Access to Worksite Vehicle access up to the main entrance of the dam is possible from the dam parapet. From here, an elevator brings access down from Levels 6 to 1, with stairway access to the grouting gallery, or Level 0. The elevator is a 9,000 lb capacity freight elevator. MATERIAL/EQUIPMENT SPECIFICATIONS The following material and equipment specifications shall be met for this project: Water Jetting/Cleaning Equipment High pressure water shall be used for cleaning of all drains. For cleaning of the pressure cells and drains, contractor shall provide a water pump capable of a minimum 10,000 psi @ 25 GPM. A standard garden hose spigot is available on Level 6 and supplies approximately 15 GPM of potable water. Alternatively, a variety of jets and pressures shall be used by the contractor based on experience for proper pipe size and blockages. The method shall not cause deterioration or damage to any concrete lining or steel pipe. The given drain shall flush with water until all sediment and debris is removed, which will be determined when visibly clear water exits the drain on the entire length of jet removal. Sediment Removal Contractor shall sand bag along the sump chamber before the sump pumps to catch sediment and debris accumulated from any drain or pressure cell cleaning activities. Sediment shall be removed from sump chamber and along all trenches. Video Camera Equipment Camera equipment for all video inspection shall meet the following minimum specifications: 480 horizontal lines of resolution, color picture. After cleaning, contractor shall let sediment settle within a given drain a minimum 48 hours before insertion of video equipment, or longer depending on contractor recommendations. Work will include (but not limited to): 1. Pre-inspection Video of Pressure Cells 2. Pre-inspection Video of Foundation Drains 3. Post Video of Pressure Cells 4. Post Video of Foundation Drains SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Sources Sought Notice should limit their responses to 8-12 pages and shall include the following information: - Completed Sources Sought Form (attached); - Offeror's capability to meet the requirements including specific material and equipment; - Offeror's capability to perform a contract of this complexity; - Offeror's are requested to submit NO MORE THAN three (3) projects of similar scope and complexity performed within the last five (5) years. Include a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of the project. Interested Offerors shall respond to this Sources Sought Synopsis no later than 1:00 PM (EST) on 12 July, 2013. Email is the preferred method of replying to this synopsis. Please reply to oksana.strekha@usace.army.mil with a cc: to jeffrey.g.ernest@usace.army.mil. All interested contractors must be registered in System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-13-S-0005/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, William Hoyt II Visitor Center, 6103 Visitor Center Rd., Mount Morris, New York, 14510, United States
Zip Code: 14510
 
Record
SN03103087-W 20130630/130628235051-25f7a24acf8b96758c2b9c2b81015baf (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.