SOURCES SOUGHT
Y -- Notice of Intent to solicit brand name or equal components for a modification to an existing construction contract for Bridge Work
- Notice Date
- 5/19/2020 8:14:47 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
- ZIP Code
- 10278-0004
- Solicitation Number
- W912DS20S0024
- Response Due
- 6/3/2020 11:00:00 AM
- Archive Date
- 06/18/2020
- Point of Contact
- Matthew Lubiak, Phone: 9177908089
- E-Mail Address
-
matthew.e.lubiak@usace.army.mil
(matthew.e.lubiak@usace.army.mil)
- Description
- The New York District plans to award a modification to an existing construction contract for Bridge Work, Physical Security/Safety Improvements in FY20. This notification serves three (3) purposes: 1.����������� To notify potential bidders of the Government�s intent to solicit the following brand name or equal components for this project. 2.����������� To identify potential sources that can provide an equivalent to the listed brand name items. 3.����������� Notification of the intent to solicit brand name or equal components as described below: a.����������� The items described below, under summary of requirements, are embedded in the subject construction project.� The work will be issued as a construction contract modification.� The components described below will be brand name or equal.� In the event no equivalent sources are found, the brand name or equal justifications will be issued pursuant to DFARS 211.104 Use of Brand Name or Equal and DFARS 206.302-1 Only One Responsible Source.� A subsequent market survey will not be published in support of a Justification and Approval for sole sourcing.� Supplies of the brand name or equal components will be provided directly to the Contractor(s) and not to the Government. b.����������� Summary of Requirements: i.������������ Wipe Rope and Fittings (1)��������� Wire rope and fittings on this project are to replace existing bridge suspender ropes.� Three manufacturers are listed within the specifications from who the customer has samples of work from previous projects.� These manufacturers are listed only as a standard of quality and the contractor may submit others as deemed appropriate, to be approved by the COR based on the salient characteristics of the wire rope. (2)��������� The following manufacturers are listed in the project specifications. (a)��������� Wireco, Prairie Village, Kansas (b)��������� Wire Rope Works , Williamsport, Pennsylvania (c)���������� Bridon Bekaert The Rope Group USA, Wilkes-Barre, Pennsylvania (3)��������� The salient characteristics of the wire rope are as follows: (a)��������� Rope shall conform to ASTM A603 except where it conflicts with project specifications. (b)��������� Wires shall have Class A galvanizing. (c)���������� The wire strands forming the wire rope shall meet the properties in Table 1 of ASTM A586.� Tensile strength and stress at 0.7% extension shall be based on actual cross sectional area of the finished wire, including zinc coating. ii.����������� Caulking (1)��������� The project specifies Sikaflex-1a or approved equal to replace caulking on replaced bridge cable bands. (2)��������� The caulk shall be a one part, non-sag, low-modulus, moisture-cured, polyurethane elastomeric sealant with color to match existing as closely as possible.� Salient characteristics for the caulk are as follows. (a)��������� Caulk shall conform to ASTM C 920, Type S, Grade NS, Class 35, use NT, A, M. (b)��������� Caulk shall conform to Federal Specification TT-S-00230C, Type II, Class A (c)���������� Caulk shall be certified to NSF/ANSI 61 for drinking water. iii.���������� Paint Systems (1)��������� Paint systems are listed within the project specifications with specific product systems listed as a standard of quality.� The systems listed are as follow: (a)��������� Paint System B (total coating replacement or painting shop-primed steel), Epoxy Zinc Rich Primer / Epoxy Intermediate / Urethane Finish �������������� SEE ATTACHED TABLE 1 (b)��������� Paint System B� (total coating replacement � with sealer), Epoxy Zinc Rich Primer / Epoxy Penetrating Sealer / Epoxy Intermediate / Urethane Finish �������������� SEE ATTACHED TABLE 2 (c)���������� Paint System B�� (overcoating), Spot Epoxy Zinc Rich Primer / Spot Epoxy Intermediate / Epoxy Penetrating Sealer / Urethane Finish �������������� SEEATTACHED TABLE 3 (d)��������� Paint System E (overcoating), Spot Alkyd Primer / Alkyd Intermediate / Silicone Alkyd Finish �������������� SEE ATTACHED TABLE 4 (e)��������� Paint System F (overcoating), Alkyd Primer / Aluminum Alkyd Finish �������������� SEE ATTACHED TABLE 5 (f)���������� Paint System G (total coating replacement), Aluminum Epoxy Mastic Primer / Epoxy Intermediate / Urethane Finish �������������� SEE ATTACHED TABLE 6 (g)��������� Paint System I (repainting I bars), Requires Paint System B� followed by Localized Crystalline Calcium Sulfonate Penetrating Sealer / Finish �������������� SEE ATTACHED TABLE 7 (h)��������� Paint System J (total coating replacement), Aluminum Epoxy Mastic Primer / Epoxy Intermediate / Urethane Finish �������������� SEE ATTACHED TABLE 8 (i)����������� Paint System K (total coating replacement or painting shop-primed steel), Epoxy Zinc Rich Primer /Epoxy Intermediate / Polysiloxane Finish �������������� SEE ATTACHED TABLE 9 (j)����������� Paint System K� (total coating replacement � with sealer), Epoxy Zinc Rich Primer / Epoxy Penetrating Sealer / Epoxy Intermediate / Polysiloxane Finish �������������� SEE ATTACHED TABLE 10 (k)���������� Paint System M (total coating of bare galvanized steel), Spot Epoxy Zinc Rich Primer / Full Epoxy Intermediate / Full Urethane Finish �������������� SEE ATTACHED TABLE 11 (l)����������� Paint System M� (overcoating of previously painted galvanized steel � with sealer), Spot Epoxy Zinc Rich Primer / Full Epoxy Penetrating Sealer / Full Urethane Finish �������������� SEE ATTACHED TABLE 12 (m)�������� Paint System N (total coating of bare galvanized steel), Spot Epoxy Zinc Rich Primer / Full Epoxy Intermediate / Full Polysiloxane Finish �������������� SEE ATTACHED TABLE 13 (n)��������� Paint System N� (overcoating of previously painted galvanized steel), Spot Epoxy Zinc Rich Primer / Full Epoxy Penetrating Sealer / Full Polysiloxane Finish �������������� SEE ATTACHED TABLE 14 (o)��������� Paint System O (coating of bare and previously painted concrete), Acrylic Primer / Acrylic Finish �������������� SEE ATTACHED TABLE 15 (p)��������� Paint System T (cables � new and overcoating), Acrylic Elastomeric / Acrylic Elastomeric with non-skid �������������� SEE ATTACHED TABLE 16 (q)��������� Paint System TSC (bare steel � metallizing with sealer and finish coat), Metallizing / Full Sealer / Full Finish (Polysiloxane or Urethane) (i)����������� The most current version of the Joint Standard/Standard Practice SSPC-CS 23.00/AWS C.2.23/NACE No. 12; �Specification for the Application of Thermal Spray Coatings (Metallizing) of Aluminum, Zinc, and Their Alloys and Composites for the Corrosion Protection of Steel,� will govern the construction and execution of Paint System TSC.1 except as modified below: (ii)���������� TSC FEEDSTOCK REQUIREMENTS � use 85/15 Zn/Al alloy. (iii)��������� SURFACE PREPARATION REQUIREMENTS � SSPC-SP 5 / NACE No.1 (iv)��������� TSC COATING THICKNESS - Range from 10 to 12 mils ( 254 to 305 �m) Conform to SSPC- PA 2 Inspection Level 4 for acceptable ranges of thickness (spot readings 80% of the specified minimum and 150% of the specified maximum are permitted) (v)���������� BEND TEST � Bend tests are mandatory �������������� SEE ATTACHED TABLE 17 (r)���������� Paint System WS (cleaning and painting in-service weathering steel), Epoxy Zinc Rich Primer / 2 coats Epoxy Intermediate / Urethane Finish �������������� SEE ATTACHED TABLE 18 (s)���������� Paint System X.CI (total coating of bare cast iron), Full Epoxy Intermediate/ Full Urethane Finish (or polysiloxane, to match surrounding finish) �������������� SEE ATTACHED TABLE 19 (2)��������� For paint systems requiring a zinc coating (B, B�, B��, K, K�, M, M�, N, N�, WS), equivalency of paint systems may be established through completion of AASHTO National Transportation Product Evaluation Program (NTPEP) testing for structural steel coatings.� The acceptance criteria are as follow: (a)��������� Minimum 80% zinc in the dry film (b)��������� Minimum coating system adhesion (ASTM D4541, pneumatic) - 2,000 psi (c)���������� 5,000 hours salt fog exposure (ASTM B117) (d)��������� Rust creepage from scribe - maximum average of 3mm (e)��������� Blistering (ASTM D714) � no more than #8 Few (f)���������� 5,040 hours cyclic weathering exposure (ASTM D5894) (g)��������� Rust creepage from scribe - maximum average of 3mm (h)��������� Blistering (ASTM D714) � no more than #8 Few (i)����������� Finish coat color change (ASTM D2244) � less than/equal to 3?E (j)����������� Finish coat percent gloss reduction (ASTM D523) � maximum 50% (3)��������� For all paint systems, equivalency may be established under the following criteria.� Equivalency for zinc-based paint systems may also be established under these criteria. (a)��������� Provide comparable or superior corrosion protection, weathering resistance, and color/gloss retention relative to the paint systems listed. (b)��������� Be a standard, regularly-produced product of the manufacturer, having been on the market for at least 4 years, and having a sales level of 1,000 gallons minimum for each coat during the past year. (c)���������� Have a minimum of two years successful field exposure on at least two entire bridge structures in a climate similar to New York City. (d)��������� Be submitted with product literature and a reference list of bridge painting projects where the system was used, and the name, telephone number, and contact person of the bridge owner and Contractor who applied them. (e)��������� Be certified by the manufacturer in writing that the coating will perform comparably to the paint systems listed below when applied in accordance with the requirements of this specification. 4.����������� Any vendor that wishes to provide an alternate source to the brand names above that is compatible with the above must provide a response with data supporting the claim within 15 business days of this announcement to New York District Corps of Engineering, Contracting Division. Submit responses via email, as PDF documents, to: matthew.e.lubiak@usace.army.mil 5.����������� This is a market survey and notification of intent only.� This is not a request to respond to a solicitation.� This requirement will be added to an existing construction contract as a contract modification.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/40573799609f43cd878be342fbe4eec9/view)
- Place of Performance
- Address: New York, NY, USA
- Country: USA
- Country: USA
- Record
- SN05663279-F 20200521/200519230158 (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 |