Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2020 SAM #6642
SPECIAL NOTICE

Y -- Poe Lock � Ship Arrestors

Notice Date
2/3/2020 9:10:20 AM
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST DETROIT DETROIT MI 48226 USA
 
ZIP Code
48226
 
Solicitation Number
PANGLR20P0000001059
 
Response Due
2/17/2020 7:00:00 AM
 
Archive Date
03/03/2020
 
Point of Contact
Derek S Gibson, Lisa M. May
 
E-Mail Address
derek.s.gibson@usace.army.mil, Lisa.M.May@usace.army.mil
(derek.s.gibson@usace.army.mil, Lisa.M.May@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers Detroit District is seeking firms that have the capability to provide construction services for rehabilitating the ship arrestors on the Poe Lock in Sault Sainte Marie, MI. ��On the Attached document�is an overview of the Soo Locks facility with the Poe Lock identified.� There are two ship arrestors in use at the Poe Locks.� One upstream of the upper miter gates, and one upstream of lower miter gates. The existing ship arrestors utilize a 3-1/2 inch diameter steel cable permanently connected to arresting equipment on the south side of the lock.� The cable crosses the lock chamber and connects to arresting equipment on the North side of the lock.� The cable is lowered into place by a hydraulically operated boom.� This boom raises the wire rope in order to permit ships to enter or leave the lock chamber.� The ship arrestor utilizes a combination of resistance from a hydraulic cylinder and friction of the cable as it passes around various steel members that guide the cable as it arrests the motion of the ship prior to striking the miter gates.� See figures Attached.� The scope of the rehabilitation includes the following:� 1. Rehabilitation and Installation of Spare Fender booms: Exisiting spare fender booms (2) are currently stored at the project and will be rehabilitated to include repairs and installation of heat shields. The rehabilitated fender booms will be installed and the existing fender booms will be placed on-site. 2. Removal and Disposal of Existing Equipment: Removal of the brake cylinders, bollards, quadrants, wire rope, etc.� 3. Removal and Disposal of Existing Rolling Segment Buildings:� The existing building housing the boom rolling segment (2 total) will be removed and disposed of.� The existing buildings are made with asbestos containing wall panels. 4. Fabrication, Testing, and Installation of New Arrestor Machinery: The new ship arrestor machinery will consist of a spiral plate bolted between two gears with resistance provided by two hydraulic motors. One side of each gear in contact with the spiral plate is flat to retain the wire rope as it winds upon itself. The end of the new 3 �� diameter arrestor rope will be fitted with a special spelter socket and contained within the spiral plate and gear assembly, typical to that routinely used for wire rope type Tainter gate hoists. �The spiral plate and gear assembly will be mounted on a shaft supported by plain greased bearings.� The gears for this assembly will mate with pinions integral with a common shaft and connected to the two low speed high torque hydraulic motors.� The pinion shaft will be mounted on grease lubricated plain bearings.� Resistance to the drum turning is provided by a pressure relief valve in the motor hydraulic circuit.� The assembly will be mounted on a frame and secured to the concrete at the top of the lock wall.� Four will be required. Each unit is estimated to weight about 65,000 pounds.� See figure Attached. 5. Buildings �� A Ship Arrestor Building (to protect the arrestor machinery) will be required at each end of the fender boom (4 total) and will have load bearing exterior walls constructed of concrete masonry units (CMU) and architectural CMU veneer.� Flat membrane roof over metal deck will slope to scuppers and conductor heads. An equipment roof hatch, sized appropriately, will be directly above the arrestor machinery to allow crane access. Building dimensions are approximately 20� x 20�. 6. Miscellaneous � Replacement of boom and socket cylinders, limit switches, concrete demolition, counterweight repair, new concrete, etc.� The work described above is contemplated to take place primarily during a winter shutdown (January 15 � March 25).� The Contractor can perform some preliminary work including fabrication of arrestor machinery, rehabilitation of fender booms at other times, however, the existing Poe ship arrestors must remain in service.� Access to the sight is limited by land.� The Contractor has access across the MaCarthur and Poe Lock via Acrow bridges rated for HS-25 loading.� Water access is available, but weather conditions (snow and ice) may limit this ability.� The U.S. Army Corps of Engineers Detroit District is contemplating to solicit this requirement as a Trade Off Best Value Source Selection. The Government will evaluate the potential offerors based on past performance, experience with similar work, and proposed schedule. However, the result of the market research will contribute to determining the method of procurement and feasible set-aside opportunities. This Sources Sought announcement is for planning and market research purposes only and is NOT a Request for Proposal (RFP), or Invitation for Bid (IFB). No basis for claim against the Government shall arise as a result of a response to this Sources Sought Notice. The Government will not pay for information or comments provided and will not recognize any cost associated with the submission of responses or comments. Qualified companies are encouraged to respond. The contractor will have an estimated 540 calendar days to complete this requirement. The contract is expected to be awarded around September 2020. The estimated cost of construction is between $10,000,000 and $25,000,000. The North American Industrial Classification System (NAICS) code is 237990, which has a small business size standard of $39.5million. The responses received to this notice shall be in summary format and shall not exceed five (5) pages, including the Sources Sought Information Form.. In order for the Government to determine the extent of industry interest and experience in the project, interested contractors shall complete the information at the bottom of this sources sought. Information to be included is as follows: 1. Company Information Company Name: _______________________________________________________ Company Address:____________________________________________ _________ Unique Entity Identifier: __________________________________________________ CAGE Code: _____________________________ (Formerly called DUNS Number) Contact Name: ________________________________ Contact Phone: _____________________________ Company Email: 2. Socio?economic status for NAICS Code 237990 (Check all that apply): _____ Large Business������ _____ Small Business _____ Small Disadvantaged Business _____ 8(a) Small Business _____ Veteran?Owned Small Business _____ Service?Disabled Veteran?Owned Small Business _____ HUBZone Small Business _____ Woman?Owned Small Business 3. A letter from the firm's bonding company verifying bonding capability Individual Contract Capacity: $________________________ Aggregate Contract Capacity: $________________________ 4. Past Project Examples Provide descriptions of two projects that are substantially complete or completed within the last ten years which are similar to this project in size, scope, and dollar value. 5. Company Capability Provide a descriptive statement of the company�s capacity to perform this work at this location, addressing the ability to mobilize, subcontract as necessary, schedule, supervise, supply, and execute such work. Include a statement indicating how much of the work would be self?performed by the potential prime contractor. Please reference in the subject line ""SOURCE SOUGHT Poe Ship Arrestors, Saint Marys River, MI "". Respondents will not be contacted regarding their submission or information gathered as a result of the Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/41760964b37e45d7a07999ecd2f46d3d/view)
 
Place of Performance
Address: Sault Sainte Marie, MI 49783, USA
Zip Code: 49783
Country: USA
 
Record
SN05549921-F 20200205/200203230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.