SOLICITATION NOTICE
Y -- Lock Chamber Concrete Rehabilitation
- Notice Date
- 5/16/2018
- Notice Type
- Presolicitation
- 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
- W911WN18B0003
- Point of Contact
- Janie L. Roney, Phone: 4123957474, Carole M. Householder, Phone: 4123957274
- E-Mail Address
-
janie.l.roney@usace.army.mil, carole.householder@usace.army.mil
(janie.l.roney@usace.army.mil, carole.householder@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Pittsburgh District, has a project that involves resurfacing the deteriorated vertical land wall concrete within the lock chamber at Lock No. 2 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 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. The magnitude of the project is between $1,000,000 and $5,000,000. This procurement will be advertised on an Unrestricted basis. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract 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. All responsible offerors are encouraged to participate. The work shall be completed 425 calendar days after written Notice to Proceed. The Invitation for Bid (IFB) will be issued approximately June 1, 2018, online through Federal Business Opportunities (FBO.gov), therefore, requests for hardcopies of the solicitation will not be honored. In order to receive notification of any amendments to this solicitation, interested vendors must register as an interested vendor on the FBO.gov website. If you are not registered, the Government is not responsible with providing notification of any changes to this solicitation. Contractors must be registered in the System for Award Management (SAM) before receiving a contract award (go to www.sam.gov to register). Every new registrant is now required to provide a notarized letter confirming the entity's Administrator allowed to register the entity in SAM and make changes to its registration BEFORE GSA will activate the entity's registration. The notarized letters must be mailed to the Federal Service Desk and contain the information outlined in the posted FAQ at: https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183. The NAICS for this procurement is 237990, "Other Heavy and Civil Engineering Construction" and the small business size standard is $36,500,000. ATTENTION: For companies new to the Army Corps of Engineers, Pittsburgh District, the link below will take you to a training Powerpoint slide presentation which will provide information essential to new contractors to help them navigate our bidding process. It will also help to make bid-no bid decision as it contains information on what will be required on a Post-Award performance basis - submittals, timelines, deadlines & milestones, necessary paperwork you need to supply, etc. This will help you capture everything needed in your bid so that there are no surprises later on. This training is not mandatory to be considered qualified to bid; it is meant as a means to assist you in becoming better prepared to work with the Corps of Engineers, Pittsburgh District. You can access the training using the link below: http://www.lrp.usace.army.mil/Portals/72/docs/SmallBusiness/Solving%20the%20Mystery%20-Understanding%20USACE%20Pittsburgh%20Contracting%20Process.pptx You may give feedback on the training package to the District's small business specialist using the email address of LRP.SBO@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN18B0003/listing.html)
- Place of Performance
- Address: USACE District, Pittsburgh, Lock and Dam No. 2, Allegheny River, Pittsburgh, Pennsylvania, United States
- Record
- SN04924880-W 20180518/180516231103-b29b8ba65ab2b2233eed76aa23d235b8 (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 |