Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

56 -- Concrete for LD6 De-watering - SF-1449

Notice Date
8/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
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-12-T-0153
 
Archive Date
9/15/2012
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Gwendolyn Davis, Phone: 6512905723
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, gwendolyn.k.davis@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, gwendolyn.k.davis@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-1449 LOCK 6 WINTER MAINTENANCE - DEWATERING CONCRETE SUPPLY AND DELIVERY SCOPE OF WORK 1. General. The work shall consist of the concrete being supplied for Lock 6 Winter Maintenance. Two placements for a total of 56 cy shall be delivered and placed by methods of pumping to Lock and Dam No.6. The first placement of 6 cy will be for the upstream bulk head supporting blocks, while second placement of 50 cy will be for the downstream bulk head sill beam. The proposed bid shall provide for all labor, equipment, materials, and supplies necessary for this work. To schedule a site visit, contact the Corps of Engineers Representative: Both placements will need to be pumped about 160'. The pump truck will be able to be positioned so that the concrete trucks can pull right up to it to dump their loads. In the past a pump truck with a 200' boom was used and worked out well. Construction Representative: Scott Uhl at 651-290-5987 2. Construction Schedule. The concrete supplier shall coordinate with the Government Representative (Scott Uhl) for exact placement dates. However, tentative delivery dates are set for mid January 2013 through mid February 2013. Vendor will be given at least 10 working days prior notice to the actual delivery date. 3. Site Location. Lock and Dam 6 US Army Corps of Engineers W24005 Road Trempealeau, WI 54661-0406 (608) 534-6774 4. Submittals. The following shall be submitted to the Government for acceptance no later than 10 days after the award of contract. •1. Concrete Placement by Pump. The concrete pump shall conform to the following specifications: •a. The inside diameter of the pipe shall be at least 4 inches. The distance to be pumped shall not exceed limits recommended by the pump manufacturer. The concrete shall be supplied to the concrete pump continuously. When pumping is completed, concrete remaining in the pipeline shall be ejected without contamination of concrete in place. After each operation, equipment shall be thoroughly cleaned, and flushing water shall be wasted outside of the forms and in compliance with all applicable environment regulations. •2. Concrete Mix Design. The concrete mix design shall be self consolidating, conforming to the following specifications: •a. The mix design shall be able to achieve compressive strengths greater than 4000 psi @ 28 days. •b. The water to cement ratio (w/cm) shall not be greater than.40. •c. Maximum nominal aggregate size of 1 inch, and shall be in accordance to ASTM C33. •d. The concrete shall be air entrained to contain between 4 ½ and 7 ½ percent total air. •e. For SCC (self-consolidating concrete) the slump flow of concrete is identified as the flow of concrete as measured by the Slump Flow Test. The slump flow should be between 22 and 28 inches, with a visual rating of static stability equal to zero or one as determined by the Visual Stability Index (VSI) as described in ASTM C 1611 and its appendix. •5. Safety. All work shall be in conformance with the Corps of Engineers Safety and Health Requirements Manual EM 385-1-1 (15 September 2008 edition), which can be found at http://140.194.76.129/publications/eng-manuals/EM_385-1-1_languages/EM_385-1-1_Dari_2008/toc.htm. •6. Site Restoration and Cleanup. The contractor shall clean up and dispose of all job related debris in accordance with all state and local laws and ordinances. •7. Measurement and Payment. This work will not be measured for payment. Payment shall constitute full compensation for furnishing all labor, materials, equipment, incidentals required, and performing all work in a satisfactory manner in accordance with the requirements described herein. Vendor shall quote a lump sum price to cover all of the following items (this list is for informational purposes only and is not meant to be all inclusive): •a. Concrete •b. Concrete Admixtures •c. Winter Service •d. Fuel Surcharges •e. Pumping •f. Mileage •g. Drop Chute •8. Attachments. •1. Lock and Dam No. 6 Brochure
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-12-T-0153/listing.html)
 
Place of Performance
Address: Wisconsin, United States
 
Record
SN02850627-W 20120824/120823001009-594f72dbc44ef7acc3de1d37927869cb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.