SOURCES SOUGHT
Y -- Lock Chamber Concrete Rehabilitation, Allegheny River, L/D 2
- Notice Date
- 1/29/2018
- 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, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
- ZIP Code
- 15222-4186
- Solicitation Number
- W911WN18B8003
- Archive Date
- 3/3/2018
- Point of Contact
- Janie L. Roney, Phone: 4123957474
- E-Mail Address
-
janie.l.roney@usace.army.mil
(janie.l.roney@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought and is for informational purposes only. This is not a solicitation announcement, nor is it a Request for Proposal (RFP). No solicitation is currently available. This request does not obligate the Government in any contact award. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Do not submit cost proposals or cost information. Response to this notice is strictly voluntary and will not affect any firm's ability to submit a proposal if and when a solicitation is issued. The U.S. Army Corps of Engineers (USACE), Pittsburgh District, is conducting market research to determine the business size and capabilities of potential sources for resurfacing of the deteriorated vertical land wall concrete within the lock chamber at the Allegheny River Lock and Dam 2, Allegheny River, Pennsylvania. The proposed NAICS for the proposed acquisition is 238110 - Poured Concrete Foundation and Structure Contractors. The information gathered will be used by the Government to make appropriate acquisition decisions. SCOPE OF THE PROPOSED ACQUISITION: Lock No. 2 is located on the Allegheny River near the City of Pittsburgh, at river mile 6.7 above the "Point" in Pittsburgh PA. The facility only has one lock chamber with the lock located on the left descending bank. The lock chamber has a size of 56'x360'and is open to commercial navigation and recreation traffic 24 hours a day, 7 days a week. The purpose of this construction contract is to resurface the deteriorated vertical land wall concrete within the lock chamber. The contractor will have access to work within the lock chamber on a 3-2-5-2 schedule, which provides the contractor with a 3 weeks full chamber closure, 2 weeks restricted chamber width to pass navigation, 5 weeks full chamber closure, and 2 weeks restricted chamber width. Land wall concrete resurfacing will take place within the chamber and cover an area of 360 feet by 22 feet. This area will extend from the top of the wall downward approximately 22 feet, which is roughly around the minimum normal water level. The contract work shall include concrete removal, concrete placement (to include fabrication and placement of precast panels), rebar and anchor installation. Underwater anchor installation and concrete placement may be required depending on tailwater conditions. Below are some specific features, important elements and details that are required as part of the concrete rehabilitation contract: 1. Methods for the concrete removal will require a combination of mechanical removal methods and select blasting methods to an approximate 12 inches to 33 inches in depth depending on location. 2. Concrete debris must be removed from within the lock chamber prior to chamber being open to navigation traffic. The lock chamber will not be dewatered as a part of this contract. All concrete debris within the chamber and specifically below the water surface will need to be removed prior to re-opening the lock chamber for restricted width navigation passage. 3. Resurfacing will consist of precast concrete wall unit panels with a cast-in-place concrete cap and infill tremie placement behind the panels. 4. Resurfacing will be with precast concrete wall panels. These panel are required to be fabricated offsite at a certified precast concrete fabricator. These precast concrete wall panels will vary in thickness of either 7 inches or 27 inches depending on location. Two rows will be required to cover the approximate 19-foot vertical surface along with vertical wall expansion joints at the lock wall monolith joints. 5. Two separate areas along the vertical wall, approximately 24 feet and 30 feet and extend from the top of the wall downward to a depth of approximately 22 feet require concrete removal between existing lock wall armor sections, and the application of shotcrete to fill voids. 6. One area along the vertical wall at the downstream miter gate recess, approximately 34 feet by 22 feet high will require removal of concrete to 12-inch depth and reconstruction using a reinforced cast-in-place concrete surface. 7. The land wall contains a utility gallery within the wall which will require shoring and bracing to ensure the integrity of the gallery system. Additionally, existing exposed hydraulic piping which traverses the lock chamber will need to be protected from contractor operations. 8. Top of wall features to be fabricated and installed include a new handrail system, mooring check posts, grating recess resurfacing and the construction of a kevel rail step. The planned work lock closure periods includes a three week full lock closure period for construction work, followed by a two week restricted width lock usage period to allow navigation vessels to use the lock, followed by a five week full lock closure construction period and finally a two week restricted width lock usage period to allow navigation vessels passage thru the lock. Construction work not affecting the lock chamber usage will be permitted to occur outside scheduled navigation closure construction period. Due to the highly compressed work schedule, the contractor may be required to work multiple shifts throughout the work day in order to complete the work. Construction will take place in the wet, however, there is potential that cofferdams may be utilized for localized dewatering. The work is anticipated to be performed extensively from a floating plant. It is expected that divers will be necessary to support the precast panel installation as well as protection of existing hydraulic/air piping at the site. Construction work will occur in close proximity to commercial navigation traffic and the operating lock chamber staffed and operated 24 hours a day, 7 days a week. Close coordination and construction activities will be required with the Contracting Officer and the Lockmaster at the facility. Disposal of excavated materials, concrete rubble and other construction waste material will be at a commercially permitted facility licensed to accept the waste or recycled if applicable. It is anticipated the contract work will be structured in a base contract with awardable options. This work will be primarily constructed during a scheduled navigation closure period during the low river level period from early-August to early-October 2019. INTERESTED SOURCES MUST PROVIDE THE FOLLOWING INFORMATION: Interested and capable sources are requested to provide complete responses with the following information to Jane Roney, Contract Specialist, no later than 11:00 a.m. EST on February 16, 2018 by email at Janie.L.Roney@usace.army.mil, (1) Company/firm name and address (2) Company/firm point of contact, telephone number and email address (3) Company/firm cage code (4) Company/firm business size, to include designation as large business, small business, HUBZone, 8(a), Services Disabled veteran Owned Small Business, Small Disadvantaged Business or Women-Owned Business. (5) All interested contractors should submit a narrative demonstrating their specialized experience in similar type contracts and past performance. (6) Capability statements should include, bonding capacity, bonding availability, details of similar projects and the completion dates, contract amounts for the similar projects listed, and references. (a) Specific items to address include, • Experience performing work under tight timelines in a relatively constrained work site. • Engineering expertise for shoring, bracing, and protection of utility galleries • Experience with in-the-wet construction methods (such as, concrete placement, anchor installation, etc). • Dive capability. • Floating plant capability. • Specialty concrete removal techniques, such as wire-sawing and select blasting concrete removal techniques. • Fabrication, delivery, and installation of precast wall units. • Specialty concrete installation such as shotcrete experience.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN18B8003/listing.html)
- Place of Performance
- Address: USACE District, Pittsburgh, Lock and Dam No. 2 – Allegheny River, 7451 Lockway West, Pittsburgh, Pennsylvania, 15206-1104, United States
- Zip Code: 15206-1104
- Zip Code: 15206-1104
- Record
- SN04803455-W 20180131/180129231645-b4e07f2f1135eaac86c602a2093f6286 (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 |