SOURCES SOUGHT
Z -- Laupahoehoe Small Boat Harbor Operations and Maintenance Repair, Island of Hawaii, Hawaii - Sources Sought
- Notice Date
- 4/18/2014
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
- ZIP Code
- 96858-5540
- Solicitation Number
- W9128A-14-Z-0005
- Archive Date
- 6/3/2014
- Point of Contact
- Dayna N. Matsumura, Phone: 808.835.4379, Jennifer Ko, Phone: 808-835-4378
- E-Mail Address
-
Dayna.N.Matsumura@usace.army.mil, jennifer.i.ko@usace.army.mil
(Dayna.N.Matsumura@usace.army.mil, jennifer.i.ko@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Drawings Typical Grout Conditions Concrete Armor Unit Placement Location Map Site Map Sources Sought RESPONSES REQEUSTED FROM ALL INTERESTED FIRMS (LARGE AND SMALL BUSINESSES) This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This U.S. Army Corps of Engineers, Honolulu District, is performing market research for the following potential construction requirement: The U.S. Army Corps of Engineers, Honolulu District (POH) has a requirement for the repair of the Laupahoehoe Breakwater which is located off the north east side of the island of Hawaii, near the Hamakua Coast. The project consists of a 200-foot long breakwater, 60-foot long wave absorber, 9.5 feet deep entrance channel, and a 7.5 feet deep turning basin. The project involves repair of the breakwater of Laupahoehoe Harbor. This is a design-bid-build project. The North American Industry Classification code (NAICS) is 237990 -- Other Heavy and Civil Engineering Construction. This requirement will be awarded as a firm fixed price construction contract. The project magnitude is between $1,000,000 and $5,000,000. This market survey is to determine the constructability and logistical requirements for the proposed breakwater repair. The Government may use responses to this sources sought synopsis to make an appropriate acquisition decision for this project. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. Respondents should also consider the geographical location of this project. Construction contracts awarded by the Army Corps of Engineers require compliance with EM 385-1-1 Safety Manual. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS A. Name of firm with address, phone number, point of contact, CAGE code or DUNS number. Indicate whether or not your firm is a U.S. firm or a foreign firm. B. Size of firm including category of small business, such as 8(a), HUBZone, WOSB, or SDVOSB, large business. C. Firm's Bonding Capability and Capacity, in terms of U.S. dollars (performance and payment bonds will be required). D. Background information: This project will rehabilitate and repair an existing breakwater located in Laupahoehoe Small Boat Harbor, on the island of Hawaii. The work will require the grouting of centerline of the breakwater from the ocean floor to the crest, placement of four (4) additional 30-ton concrete armor units in the assigned placement area at the head of the breakwater, and repair of dislodged stones on the armor layer revetment. A detailed scope of work is provided in the attachments. The grouting work is entails drilling from the crest of the breakwater down to the existing seafloor and grouting the breakwater from the bottom up. The required drilling pattern for each breakwater cell is shown in the attached section. The outer rows of the grouting will require a grout mix with an initial set time of 20 seconds or less and have a 28 -day compressive strength of 1,200 psi and the inner row of the grouting will require a 3-5 inch slump with a 28-day compressive strength of 5,000 psi. For placement of the 4 additional concrete armor units, it is assumed that the crane shall be operated on the location shown on the attached plan. Structural details have been provided to show dimensions of the existing breakwater structure. It is the contractor's responsibility to repair any damages to the breakwater and to replace armor units that are damaged during the placement process. E. The State/County roadway systems generally consists of two (2) lanes (one lane each direction, with 11 to 12 feet wide lanes). The access road to the small boat harbor is approximately 15 feet wide with a typical grade of approximately 2% with some areas having a grade up to 5%. There exists a 10-ton capacity bridge (15 feet wide x 50 feet long) over a stream crossing along the access road to the project site. It is assumed that the crane needed for this project will be mobilized from off island and will be transported by vessel to Hilo Harbor. The crane and required supplies/material shall then be transported on existing State and Local roadways from Hilo Harbor to Laupahoehoe Small Boat Harbor. F. Answer specifically the following market survey questions: 1. The anticipated depth of drilling required varies from 9' to 30'. Does the contractor have the capability of drilling through this range of depths through basalt armor stones ranging from 1 to 7 tons in size? If yes, what is the maximum diameter hole that can be drilled without requiring a custom bit size? Would air track or hydraulic drilling be used? Would the drilling compromise the integrity of the stone being drilled? 2. Does the contractor have experience with marine grouting operations? Provide a brief synopsis of previous experience. Ensure the following is covered, description and location of project; total grout volume placed; wave environment in the project area; description of grout mixtures used (including but not limited to strength and initial set times of the mixtures); approximate contract cost; contractor's role (i.e. was the work accomplished by the contractor or was the contractor's previous experience as a prime with grouting work done by a sub-contractor?). 3. What method of grouting would be proposed to achieve a bottom up placement? 4. Does the contractor have previous experience with placement/handling of concrete armor units in a marine environment? Provide a brief synopsis of the previous experience. Ensure the following is covered, description and location of project; type and weight of armor unit; approximate contract cost; contractor's role, (i.e. was the work accomplished by the contractor or was the contractor's previous experience as a prime and concrete armor unit placement/handling done by a sub-contractor?). 5. Does the contractor have access to equipment to accomplish the work given the constraints noted in the project description? If yes, what are the dimensions and weight of such equipment? What model of equipment would be used for the work? Would temporary measures be required to work safely on (and avoid structural damage to) the breakwater? If yes, describe the measures that would be used to work safely on (and avoid structural damage to) the breakwater. 6. Can the equipment and necessary supplies/materials be transported to the project site intact? a. Does the weight of the equipment and supplies/material exceed the allowable bridge capacity? If yes, what measures would be taken to reinforce the bridge or construct a temporary bridge? b. OR, If the equipment has to be broken down for transport, what is the approximate area of the footprint required to reassemble the equipment at the project site? c. Excluding the bridge discussed above, are the roads in the area suitable for transporting the necessary equipment to the project site? If not, how would the roads need to be modified to enable transport of the necessary equipment to the project site? 7. Does the work and storage area in the attachments provide a sufficient area for construction operations? If not, how much additional area would be required? Where to send responses: Submit responses to Dayna Matsumura via email at Dayna.N.Matsumura@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-14-Z-0005/listing.html)
- Place of Performance
- Address: Laupahoehoe, Island of Hawaii, Hawaii, Laupahoehoe, Hawaii, United States
- Record
- SN03342387-W 20140420/140418234243-90f4b3c567a709a9326ddb455b8cc456 (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 |