MODIFICATION
Z -- SPALL REPAIR BY REPLACED AGGREGATE METHOD
- Notice Date
- 5/23/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238110
— Poured Concrete Foundation and Structure Contractors
- Contracting Office
- USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S12B0020
- Response Due
- 6/2/2012
- Archive Date
- 8/1/2012
- Point of Contact
- Glenn Jenkinson, 501-324-5720
- E-Mail Address
-
USACE District, Little Rock
(glenn.jenkinson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Spall Repair by the Preplaced Aggregate Method at McClellan Kerr River Navigational System, Arkansas This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL 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 for this evaluation. The U.S. Army Corps of Engineers-Little Rock District has been tasked to solicit for and award a Spall Repair by the Preplaced Aggregate Methodology at McClellan Kerr River Navigation System, Arkansas. The work includes repair of eroded concrete, in the wet, in the following areas; end sill on the lock wall side, stilling basin near the lock wall, lock wall (river side) from the intersection of the lock wall and end sill and downstream. Due to complex geometries, the only cost efficient concrete repair is accomplished using the placement method of preplaced-aggregate. This includes, but is not limited to, the following processes: existing concrete surfaces to which preplaced-aggregate concrete will bond should be thoroughly cleaned and all deteriorated concrete removed, as well as the removal of any exposed, embedded reinforcement and debris in the void; anchoring and placement of additional reinforcement into sound concrete; placement of coarse aggregate within the eroded area; erection and anchoring of water-tight formwork with adequate grout and vent pipes; design of the grout to be used in the repair; mixing and pumping of grout into the voids of the preplaced coarse aggregate; cure and finish of concrete repair; use of divers and/or acoustical imaging to verify repair results; cleanup of site; and incidental related work. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historically Black Colleges and Minority Institutions (HBCU/MI). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HubZone, SDVOSB and EDWOSB businesses are highly encouraged to participate. The Government is seeking qualified experienced sources capable of performing this technique (Preplaced-aggregate concrete). Preplaced-aggregate concrete has been used extensively and effectively to construct or rehabilitate many structures, but the technique is not one that many contractors have had experience with. Successful execution of preplaced-aggregate work requires a substantial complement of specialized equipment mobilized and operated by a seasoned crew working under expert supervision. Please see attachments 1, and 2 pertaining to the technique, methodology and requirement of this procedure. The proposed procurement for repair of Scouring Hole (MKARNS) has three specific locations, which are: 1)Repair Lock Wall at Lock No. 6 (David D. Terry)-Navigation Mile 108.1, Pulaski County 2)Repair Lock Wall at Lock No. 4 (Emmet Sanders)-Navigation Mile 66.0, Jefferson County 3)Option: Repair End Sill and Stilling Basin at Lock No. 6 (David D. Terry). 4)Option: Repair End Sill at Lock No. 4 (Emmet Sanders). 5)Option: Repair Stilling Basin at Lock No. 7 (Murray) Navigation Mile 125.4-Pulaski County. In accordance with FAR 36.204-Disclosure of the magnitude of constructions projects: the estimated construction price range or magnitude for this project is between $1,000,000 and $5,000,000. The North American Industry Classification System code for this procurement is 238110 which have a small business size standard of $14.0 million. The Standard Industrial Code is 1771 and the Federal Supply Code is Z1KA. Small businesses are reminded under FAR 52.219-14; Limitations on Subcontracting that they must self perform at least 25% of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.goc and inviting firms to register electronically to receive a copy of the solicitation when it is used. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Has firm performed new construction or structural repair of existing concrete structures by the preplaced-aggregate concrete method for other United States Army Corps of Engineers entities? 3. Has firm performed underwater structural repair of existing concrete structures by the preplaced-aggregate concrete method? If so, provide details of the job(s) and results, including the size of repair and any other relevant information. 4. Provide details and year of the most recent work that is similar in nature and monetary procurement price. 5. How many projects over $250,000 has the firm completed in the past 5 years using preplaced aggregate concrete for new construction or structural repair? Provide evidence and job details. 6. Does firm have capability to perform an accurate survey of concrete degradation underwater using acoustical imaging or sector scan technology? Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00pm CST on 02 June 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Glenn Jenkinson, Little Rock Army Corps of Engineers, 700 W. Capitol Avenue, Room 7315, Little Rock, AR 72201. Fax No: 501-324-5196 and Email address: glenn.jenkinson@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S12B0020/listing.html)
- Place of Performance
- Address: Lock & Dam No. 6 10100 East Dam Site Scott AR
- Zip Code: 72142
- Zip Code: 72142
- Record
- SN02756025-W 20120525/120523235643-58ec9517ee0a7ea06d1720f964a9fbe3 (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 |