SPECIAL NOTICE
99 -- Sources Sought/Request for Information- 110� Stoplog Slot Along the MKARNS
- Notice Date
- 1/12/2022 7:09:02 AM
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE
- ZIP Code
- 00000
- Solicitation Number
- SSRFI-110STOPLOGMKARNS
- Response Due
- 1/26/2022 12:00:00 PM
- Point of Contact
- carole householder, Phone: 5013401258, Fax: 5013245196, Sarah N. Hagood, Phone: 5013401277, Fax: 5013245196
- E-Mail Address
-
carole.householder@usace.army.mil, Sarah.N.Hagood@usace.army.mil
(carole.householder@usace.army.mil, Sarah.N.Hagood@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS/REQUEST FOR INFORMATION� � � � � 110� STOPLOG SLOT CUTTING ALONG THE MCCLELLAN KERR ARKANSAS RIVER NAVIGATION SYSTEM (MKARNS)� � � U.S. ARMY CORPS OF ENGINEERS (USACE)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � LITTLE ROCK DISTRICT (SWL) This is a SOURCES SOUGHT and REQUEST FOR INFORMATION announcement; a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Other than Small & the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), & Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, & WOSB are highly encouraged to participate. Project Description: The standard 600� x 110� MKARNS lock utilizes a centerpost assembly and 50� stoplogs, outboard of the miter gates, to dewater a lock. The existing system shall be abandoned, and each lock shall be modified to accept 110� stoplogs. There are 11 locations requiring this modification in Arkansas and 5 locations in Oklahoma. All locations are along the Arkansas River and range from the Arkansas Post Canal in southeast to the Port of Catoosa near Tulsa, Oklahoma. Each package has multiple construction activities: sill modification, stoplog recess, cofferdam extension, and ancillary fabrications. The sill modification will entail underwater installation of stoplog support pedestals and slabs. Lock locations upstream of Murray Lock and Dam (Lock No. 7), which is located in Little Rock, AR, will require underwater rock demolition prior to the installation of small stay in-place forms, filled with high strength concrete, on the lock floor (Figure 1). The sill modification at lock locations downstream of Murray Lock and Dam (Lock No. 7) will require large stay in-place forms and large support slabs to be placed on the lock floor. The alignment of each of these pedestals and slabs will be critical and will require intense surveying while being constructed and during the curing process. The stoplog recess installation will require demolition of approximately 8� x 4� of concrete for the full height of the lock wall at each corner. The wall heights vary at each location, but the upstream walls average 30 ft, and the downstream walls average 50 ft. The stoplog slot will be fabricated using ASTM A36. All welding will be in accordance with AWS D1.5, and it will be tested by using applicable nondestructive testing (ultrasonic, magnetic particle, and visual). The newly created slot will be reinforced with epoxy anchors, and the stoplog slot will be embedded using high strength concrete (Figure 3). Most of this work will be done inside a 3-sided cofferbox. The Government has two cofferboxes that may be Government Furnished Property (GFP) to the contractor. If multiple locations are constructed at the same time, the contractor will need to provide their own cofferboxes for the additional locations. At the end of the work, the Government will only take back possession of the two Government furnished cofferboxes and none of the contractor�s cofferboxes. The geometry of each lock chamber floor varies which will require the Contractor to fabricate a site-specific cofferdam extension (Figure 4). The extension will be fabricated using ASTM A36. All welding will be in accordance with AWS D1.5, and it will be tested by using applicable nondestructive testing (ultrasonic, magnetic particle, and visual). The Contractor will be responsible for handling the cofferdams, placing the cofferdams, and all activities required to dewater the workspace created by the cofferdam. These packages will include multiple ancillary fabrications consisting of grating assemblies, protective cover plates (Figure 5), and miscellaneous shackle assemblies. All fabrications shall be painted with USACE approved vinyl paint systems. Painting will require the Contractor to hold a SSPC-QP1 certification. The Contractor will be responsible for developing and submitting detailed shop drawings for review and approval. Additionally, the Contractor must have and be able to demonstrate experience with large navigation projects to include working around the needs of shippers.� Many of these sites are remote and will require the Contractor to demonstrate experience with the logistics of remote work sites. Full and partial lock closures will be required to facilitate this work. Due to the volatility of the Arkansas River, there will be tight constraints on when and how long these closures may last. In general, a full lock closure will be constrained to the months of August through November. They can last up to 14 days immediately followed by a 10-day period where navigation traffic shall not be impacted. A partial lock closure can be conducted from June to January and will have the same duration as a full lock closure if the lock cannot be returned to service after work hours. If the lock can be returned to service after working hours, then the duration of the closure can last up to 30 days followed by a 10-day period where navigation traffic shall not be impacted. Dates and durations of lock closures may vary slightly per location depending on historical river conditions and industry needs. Required Certifications/Licenses: The prime contractor shall have the following certifications: AISC Certified Bridge Fabricator AISC Quality Certification Program, Major Steel Bridges (CBR) OR� � � AISC Certified Bridge Fabricator - Intermediate (IBR) OR AISC Certified Bridge Fabricator - Advanced (ABR) Sophisticated Paint Endorsement Sophisticated Paint Endorsement � Enclosed (SPE-P1) OR Sophisticated Paint Endorsement � Covered (SPE-P2) OR Society for Protective Coatings (SSPC) - SSPC QP1 AWS Certified Welding Inspector AWS Certified Welding Inspector (CWI) Certification OR AWS Senior Certified Welding Inspector (SCWI) Certification Small Businesses participants are reminded under FAR 52.219-14, Limitations on Subcontracting (Deviation 2021-O0008) for supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract. Prior Government contract work is not required for submitting a response under this Sources Sought Synopsis. Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 PM CST on January 26, 2022. The North American Industry Classification System code for this procurement is 237990, Other Heavy and Civil Engineering Construction, which has a small business size standard of $39.5 Million. All interested firms must be registered in System for Award Management (SAM) to submit bids/ quotes/ proposals on Government solicitations. Responses should be addressed to: EMAIL: sarah.n.hagood@usace.army.mil � � � � � � �and � � � � � � �carole.householder@usace.army.mil **ALL RESPONSES MUST BE SUBMITTED USING THE ATTACHED CAPABILITIES SURVEY.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fdc4477a8e7e4d13a3ecc65187a79b84/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06215600-F 20220114/220112230104 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |