Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2019 FBO #6529
SOURCES SOUGHT

Z -- Repair TC Wharf, Joint Base Charleston - Sources Sought Attachment

Notice Date
10/9/2019
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-20-R-7000
 
Archive Date
9/30/2020
 
Point of Contact
Brett Allen, Phone: 8433298170, Ashley Chester, Phone: 8433298021
 
E-Mail Address
brett.p.allen@usace.army.mil, ashley.e.chester@usace.army.mil
(brett.p.allen@usace.army.mil, ashley.e.chester@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SDDC TC Wharf Sources Sought Report Attachment REQUEST FOR INFORMATION W912HP20R7000 Repair TC Wharf, Joint Base Charleston, SC PURPOSE OF THIS ANNOUNCEMENT: This notice constitutes a REQUEST FOR INFORMATION (RFI). This announcement seeks information from industry and will ONLY be used for preliminary planning and market research purposes. THIS IS NOT A SOLICITATION NOTICE. No proposals are being requested or accepted with this RFI. The purpose of this RFI is to determine interest and capability of potential qualified contractors relative to the North American Industry Classification code (NAICS) 237990, Other Heavy and Civil Engineering Construction. The Small Business size standard for this NAICS code is $39.5 million average annual revenue. The type of solicitation issued and the manner of advertisement will depend on the responses to this RFI. U.S. Army Corps of Engineers (USACE), Charleston District has been tasked to solicit the interest of prospective offeror(s) to determine the availability of qualified contractors to compete under a potential solicitation resulting from this announcement. The purpose of this RFI is to gauge interest, capabilities and qualifications of members of the Construction Community as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. Responses to this synopsis will be used as a market research tool in order to determine acquisition strategy and how the upcoming solicitation will be advertised. This RFI is intended for both Small and Large Businesses. BACKGROUND & SUMMARY OF REQUIREMENTS: Background: The Charleston District, U.S. Army Corps of Engineers requires the services of firms to Repair TC Wharf at Joint Base Charleston. A comprehensive inspection was completed by an engineering firm, and the results are included as an attachment to this sources sought announcement. The TC Wharf is composed of several different vintages, which include the TC Wharf, North Extension, West Addition, Train Trestle, North Ramp Addition, North Ramp, South Ramp and Center Ramp. The original TC Wharf was constructed circa 1941 and extends from bent 1 to bent 101. The West Addition was constructed in two phases; however, the exact dates are unknown. Bent 182 to bent 199 was constructed after 1941, but prior to 1944. The remainder of the West Addition, bent 156 to 163, bent 170 to182 and bent 200 to 212 was constructed after 1944. The Train Trestle was constructed prior to 1944. The North Extension, bent 102 to 155, was constructed in 1955. The TC Wharf and the North Extension are of similar construction. They are constructed of 18-inch octagonal plumb and batter piles with three different concrete pile caps, four different concrete beams and a concrete deck. The different vintages of the West Addition are of similar construction. They are constructed of 18-inch concrete plumb piles with a concrete pile cap, two different concrete beams and a concrete deck. The Train Trestle is constructed of 18-inch concrete plumb piles, concrete pile caps and a concrete deck. The Train Trestle is no longer used to support rail operations. The primary fender system consists of foam filled fenders with concrete fender piles. The secondary fender system consists of steel fender piles with HDPE sleeves. Upgrades to the fender system were completed in 2006 and 2009. Various sized cleats and double bitts are located along the outboard face. The North Ramp Addition was constructed in 2010 and is located north of the North Ramp. The section of the North Ramp Addition adjacent to the West Addition is constructed of 20-inch square concrete piles, with concrete pile caps and a concrete deck. The section adjacent to the North Ramp is constructed of 20-inch concrete piles and pile caps with concrete girders spanning the caps. Access to the wharf is provided by the South Ramp, Center Ramp, North Ramp and a gravel ramp. The South Ramp is located between bents 164 and 169, and consists of concrete encased timber piles with concrete pile caps, concrete beams and a concrete deck. The timber piles are from the original construction in 1944 and were encased as part of a later repair project. The concrete elements are from the reconstruction of the ramp in 1963. The North Ramp was constructed in 2001. The ramp is constructed of concrete girders supported on concrete caps, supported by concrete piles. The majority of the underdeck elements are not accessible for inspection. The Center Ramp is a gravel ramp that was repaired in 2010. The repair project stabilized the ramp end to prevent loss of material, which was previously not retained. Steel sheet pile with a concrete cap was installed at the end of the ramp at the West Addition interface. The South Fender Dolphin is composed of timber and steel piles secured with a steel wire wrap. The South Mooring Dolphin is constructed of steel piles and supports one mooring bollard. Summary of Requirements: The anticipated work will consist of a Design-Build project to repair a wharf located at the Naval Weapons Station on Joint Base Charleston located in Charleston, South Carolina. All design and construction will be for harsh marine environments that are susceptible to accelerated rates of corrosion. Wharf repairs will consist of: 1. Comprehensive design as part of the design-build requirement. Design services to consist of design packages, including but not limited to, Interim Design (35% and 60% levels), Final Design and Corrected Final Design. 2. Repair of spalled concrete located in a harsh marine environment. 3. Repairs will be located on the top side and bottom side of the wharf. Therefore, construction operations may be conducted from the water. 4. Repair and jacketing of piles located within the water. 5. Bollard and fender repairs/replacement. 6. Installation of missing rip rap. Based on the engineering assessment, the estimated features or work and quantities are as follows: 1. Install pile jackets on 6 piles with concrete deterioration/softened concrete. 2. Install pile jackets on 153 piles on the West Addition with vertical cracking and rust staining. 3. Replace missing pile at 1:A. 4. Repair 1,500 square feet of spalling in the concrete pile caps. 5. Repair 900 square feet of spalling in the concrete beams. 6. Repair 152 square feet of spalling in the concrete diaphragms. 7. Repair 570 square feet of spalling in the concrete underdeck. 8. Repair 250 square feet of spalling in the concrete deck above. 9. Replace the timber curb. 10. Repair 1 spall in the North Ramp curb. 11. Install missing section of FRP curb. 12. Repair 2 spalled angled double bitt foundations. 13. Clean and reseal all silicone expansion joints. 14. Replace 20 corroded fender chains. 15. Replace 2 broken fender piles. 16. Replace 1 broken fender pile collar. 17. Replace the South Fender Dolphin. 18. Clean and coat the South Mooring Dolphin piles. 19. Clean and recoat the bollard at the South Mooring Dolphin. 20. Complete load testing on the angled double bitts and the 57-inch cleats. 21. Clean and recoat the angled double bitts deemed sufficient after load testing. 22. Replace angled double bitts that do not provide sufficient capacity after the load testing. 23. Clean and recoat the 57-inch cleats deemed sufficient after load testing. 24. Replace the 57-inch cleats that do not provide sufficient capacity after the load testing. 25. Replace 3 failed safety ladders. 26. Replace missing stone riprap revetment in 2 locations. 27. Replace all sanitary sewer hangers. 28. Replace 13 broken electrical hangers. PLACES OF PERFORMANCE / LIST OF SITES: The work will be performed on the TC Wharf at the Naval Weapons Station on Joint Base Charleston located in Charleston, South Carolina. REQUESTED INFORMATION: (1) Your firm's intent to submit a proposal for this contract when it is formally advertised. (2) Name of firm with address, phone and point of contact. (3) A copy of your entity record in SAM.gov. (4) A letter of current bonding capacity from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. (5) Teaming / JV arrangements: If you intend to team for the purpose of bidding on this project, submit a signed letter of intent between both teaming partners. (6) A Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work will be utilized as a market research tool in making decisions related to the solicitation of this contract. This should include documentation of your breadth in past experience and competence in delivering marine construction projects of similar size, scope and complexity. If you have multiple office locations, indicate which office will be completing the required work. In addition, the SOC should be no more than four (4) pages in length. (7) Demonstrated Experience: Submit at least two (2) but no more than three (3) projects where you have demonstrated similar experience within the last five (5) years on marine construction projects of at least $5,000,000.00. For each project submitted include the following: • Customer Name and contact information • Dollar value • Description of the requirement by identifying the capabilities and experience requested in paragraph six above. • Identify whether you were the prime, sub and/or whether you were a part of a Joint Venture. If you were a part of a joint venture or a sub, what role did you have with the project? • Timeliness of performance NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS RFI. WHEN / WHERE TO SUBMIT RESPONSES: Interested business concerns are requested to complete and return via email any responses to this RFI electronically no later than 2:00 PM Eastern time Wednesday, October 30, 2019, to the attention of the Contract Specialist, Brett Allen, brett.p.allen@usace.army.mil. To ensure your submission is received and processed appropriately, please subject your email "RFI RESPONSE: W912HP20R7000 FIRM NAME HERE" Participation is voluntary; respondents will not be paid to participate. However, your participation in this market research endeavor is greatly appreciated and will be instrumental in assisting the USACE Charleston District in making the solicitation decision most appropriate for market conditions and to meet the Government requirements. NOTE: The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only. Interested parties providing information as part of this market research process are hereby advised that your information will NOT be used later as part of the evaluation process should you choose to submit a proposal in response to any solicitation that may result in the future. All information submitted under this RFI will be considered proprietary and will not be available for use outside of the Federal government. PLANNED SOLICITATION: Currently it is estimated that the formal solicitation could occur within the next 6 months. The Government's acquisition strategy is unknown. A Pre-Solicitation announcement will be issued no sooner than 15 days prior to the release of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1184b10ee0a3292877f7904ae23d791c)
 
Record
SN05471872-W 20191011/191009230558-1184b10ee0a3292877f7904ae23d791c (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.