SOURCES SOUGHT
Y -- L385 Q1 Rolling Gate Concrete Foundation/Railroad Correction near Riverside, Missouri
- Notice Date
- 3/18/2016
- 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, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-16-SS-0318
- Archive Date
- 4/12/2016
- Point of Contact
- Willie Hodges, Phone: 8163893469
- E-Mail Address
-
willie.e.hodges@usace.army.mil
(willie.e.hodges@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis announcement, for market survey information only, to be used for preliminary acquisition planning purposes. No proposals are being requested and none will be accepted in response to this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The purpose of this Market Research and Sources Sought Notice is to determine if there are adequate contractors to provide adequate competition to compete and perform a firm fixed price construction type contract for A Design-Bid-Build project to demolish and reconstruct a concrete rolling gate foundation and main line track near Riverside, Missouri. This Sources Sought or Request for Information is for planning purposes only as defined by FAR 15.201. The purpose of the posting is to establish interest and capability within the market place to fulfill a specific necessity. The notice does not constitute a Request for Quote, Request for Proposal, Invitational for Bid or a promise the aforementioned will be issued in the future. Furthermore, it does not commit the Government to contract for any service or supplies. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this synopsis or any follow up information requests. A brief synopsis of the proposed contract is as follows: A foundation deficiency exists at Rolling Gate Closure Gap Q1 located at Levee Station QL 12+15 of the Quindaro System of MRLS L-385. The gap through the levee provides access for the Burlington Northern Santé Fe (BNSF) Railway lines and the Inter Continental Engineering-Manufacturing Corporation (Intercon) paved access. Crossings are skewed with the flood control works alignment. The rolling gate closure gap structure is pile supported and the opening is 66-feet wide. Railway line bearing ranges from flexible wood ties, ballast, and soil foundation to rigid steel bearing plates within the slots of the pile supported concrete panels. The flexible rails transitioning to a rigid pile cap is causing rail deflections that are scarring and damaging the concrete panels and creating ongoing maintenance and repair at the crossings. The dynamic action of the daily train traffic over a system that abruptly transitions from a flexible to a rigid system creates aggressive settlement within the flexible system and a hammering action at the bearing plates that degrades the supporting concrete. These are heavily trafficked mainline rails for Burlington Northern Santé Fe Railroad. As a result of the deterioration of the track support, the track elevation with respect to the rolling gate foundation is creating a clearance issue between the trains and the foundation which poses an increased risk of train derailment. The scope of this construction project is to demolish the existing rail and rolling gate concrete foundation within the railroad right away enough to install a fully ballasted railroad section. At the same time, a structural system must be pre-fabricated and installed that will allow for subsurface stop logs to be installed as necessary. On top of the subsurface stop logs, a rail system will be installed upon which the existing rolling gate will be expected to roll. The rolling gate rail system runs at a skewed angle to the BNSF main line tracks and can only be installed when the mainline tracks are removed. Demolition to the existing permanent concrete crossing pads that are roughly 3 ft thick 10 ft wide, and 15ft long will be required. The contractor will fabricate/supply the specified stop logs, associated precast abutments and support system and the rolling gate rail system. They will be expected to fully operate the existing rolling gate after construction by closing the gate across the BNSF ROW. The contractor will coordinate extensively with BNSF and will have only a limited window (10 to 15 hours) to work within the railroad Right-of-Way without train traffic. Some construction may have to take place with live railway traffic. BNSF will be responsible for removal and installation of their main line rails and ballast and will be working closely with the contractor during the project. The contractor will be responsible for everything else. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Although this sources sought request is not limited to small business, the Small Business size is $36.5M. The magnitude of this project is between $250,000 and $500,000. The following information is requested in this Sources Sought (SS): 1. Firm's name, addresses, point of contact, phone number, and e-mail address; 2. Firm's interest in providing a proposal or bid on the pending solicitations once issued; 3. Experience: Evidence of capabilities to perform comparable work in the area of: mainline track coordination and construction; prefabrication of stop logs, prefabrication and installation of concrete structures, operation of flood control rolling gates, construction in railroad Right of Way, operating on or around mainline tracks where the work must be installed, operational and tested in restricted times - preferably less than 20 hours. 4. Firm's capability to perform a contract of this magnitude and complexity; 5. Firm's business category and business size (Large Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Women Owned, Service Disabled Veteran Owned Small Business (SDVOSB) and Historical Black Colleges and Universities/Minority Institutions (HBCU/MI)); 6. Firm's Joint Venture information, if applicable; 7. Cage Code and DUNS number 8. Bonding capacity 9. Responses shall not exceed fifteen pages. All attachments must be in either Microsoft Word or Adobe pdf format. Interested offerors shall respond to the Sources Sought no later than March 28, 2016 at 2:00 PM (CST). If a solicitation is released in connection to this notice, vendors must be actively registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Firms can register in SAM at http://www.SAM.gov. if you have any further questions or concerns regarding SAM, please contact the help desk at (888)277-2423 M-F from ) 8:00 A.M to 6:00 P.M (EST). Mail or e-mail your response to Willie Hodges, Contract Specialist, 601 E 12th Street, Rm. 647, Kansas City, Missouri 64106. E-mail address: willie.e.hodges@usace.army.mil. Email is the preferred method of delivery for responses to this synopsis. Responses by FAX will not be accepted. All information received will be taken into consideration. A low response from the public may keep this effort from being solicited in the future. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-16-SS-0318/listing.html)
- Place of Performance
- Address: Riverside, Missouri, United States
- Record
- SN04055076-W 20160320/160318234811-0510ce411c8b4a3a7bd88d23d820a338 (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 |