MODIFICATION
H -- Concrete Coring and Testing - multiple Upper Mississippi River Locks - Solicitation 1
- Notice Date
- 6/15/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-17-T-0088
- Archive Date
- 7/21/2017
- Point of Contact
- John P Riederer, Phone: 651-290-5614, Shamron Richardson, Phone: 651-290-5415
- E-Mail Address
-
John.P.Riederer@usace.army.mil, Shamron.J.Richardson@usace.army.mil
(John.P.Riederer@usace.army.mil, Shamron.J.Richardson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Plan Drawings for Upper Guide Walls of Lock & Dam No. 9 Plan Drawings for Upper Guide Walls of Lock & Dam No. 8 Plan Drawings for Upper Guide Walls of Lock & Dam No. 5A Plan Drawings for Upper Guide Walls of Lock & Dam No. 5 Plan Drawings for Upper Guide Walls of Lock & Dam No. 4 Solicitation W912ES-17-T-0088 The U.S. Army Corps of Engineers - St. Paul District requires a contractor to investigate and evaluate the interior concrete condition of the upper guide walls within five (5) hydraulic concrete lock structures along the Mississippi River within the St. Paul District. This solicitation is a Request for Quotes (RFQ) with a 100% small business set-aside. NAICS: 541380 SBA Size Standard: $15 million The contractor shall drill five (5) vertical, 4 inch diameter concrete core cylinders in designated locations at each site (25 total), to the depths specified (between 7 and 8 feet). Each core hole shall be filled with water, and the time required for water to drain recorded. Cores shall be labeled in accordance with specifications, and retained for further testing. On-site data collection shall be conducted Monday - Friday, and is limited to 10 hours per day. Contractor shall fill each core hole with non-shrink grout, conforming to ASTM C 1107, and all surface areas damaged by Contractor's operations shall be restored. All project-related debris shall be removed by contractor. The Contractor shall develop and perform a laboratory testing plan, which shall include: 1. Each core shall be visually inspected, photographed, and the physical condition documented (25 total). 2. A full petrographic analysis in accordance with ASTM C 856 shall be conducted on two (2) cores, one upstream and one downstream, from the upper guide wall at each Lock site. This shall include an analysis of hardened air content, IAW ASTM C 457 (10 total). 3. A minimum of three (3) samples from each lock site shall be tested for compressive strength IAW ASTM C 39 (15 total). Upon completion of the field coring and laboratory testing, a final report shall be submitted to the USACE-MVP Concrete Materials Engineer. The report shall be organized by site, and shall include (but is not limited to): 1. Summary of field data collection, including photographs, location, depth, and condition of each cylinder, and the time for water to drain from the hole. 2. Results of the laboratory testing. The target date for commencement of on-site data collection is no later than 15 days after contract award. On-site data collection shall be completed (including site restoration) no later than 45 days after award. The final report, with testing results, shall be submitted no later than 60 days after contract award date. The locks being tested are: Lock and Dam No. 4 - Alma, WI 54610-4421 Lock and Dam No. 5 - Minnesota City, MN 55959-9756 Lock and Dam No. 5A - Fountain City, WI 54629-7214 Lock and Dam No. 8 - Genoa, WI 56432-0265 Lock and Dam No. 9 - Lynxville, WI 54626-8793 No CD's or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be fully registered in SAM prior to receiving an award, to include a current FAR & DFARS Representations & Certifications Report. Registration instructions may be obtained, and online registration may be accomplished, at www.sam.gov. Please copy the secondary point of contact, Shamron Richardson ( Shamron.J.Richardson@usace.army.mil ) on all communications, including questions and submission of quotes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-17-T-0088/listing.html)
- Place of Performance
- Address: Lock and Dam No. 4, 5, 5A, 8, & 9, Upper Mississippi River, Fountain City, Wisconsin, 54629, United States
- Zip Code: 54629
- Zip Code: 54629
- Record
- SN04546419-W 20170617/170615235641-e6c7103fd1953d7f6b721b53eb549d71 (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 |