SOURCES SOUGHT
J -- FE WALTER DAM, WHITE HAVEN-PA, INSPECTION AND REPAIR OF RIGHT SERVICE GATE IN TOWER
- Notice Date
- 6/12/2020 12:23:47 PM
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W921BU-20-Q-0018
- Response Due
- 6/30/2020 10:00:00 AM
- Archive Date
- 07/15/2020
- Point of Contact
- James F Casey, Phone: 2156566915, Robert W. Hutcheon
- E-Mail Address
-
james.f.casey@usace.army.mil, robert.w.hutcheon@usace.army.mil
(james.f.casey@usace.army.mil, robert.w.hutcheon@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The contract work includes, but is not limited to, the following: Installation and removal of Government furnished stop logs, including the use of diving services between 15 October 2020 and 1 March 2021. ROV will be used to verify bulkheads are seated; ����� A) Removal and re-installation of the right service gate between 15 October and 1 March 2021; ������B) Install blind flange over bonnet opening overnight during any period where the bonnet cover is removed; ������C)The inspection, reporting and rehabilitation of the Right Service Gate including hydraulic cylinder and piston, stems, water and oil seals, gate bonnet, gate leaf, and gate frame seals; specification will detail repair/rehab options (see below). ��� �D)� Removal of lead-based paint on gate leaf and repainting; �����E) Non-destructive testing (NDT) of cast steel gate leaf per requirements of ER 1110-2-8157, Responsibility of Hydraulic Steel Structures (HSS). The gates are composed of non-redundant steel members that would result in gate failure if they were to fracture; therefore, they are considered fracture critical and NDT is required to determine whether or not there are detrimental internal or surface discontinuities.�� To inspect for internal discontinuities, Phased Array Ultrasonic Testing (PAUT) must be utilized for this requirement. �� F)�The contractor is responsible for OSHA compliant load testing and inspection of the 7.5 ton overhead crane and must provide crane operator, rigger and signal person certification. Rehab/Repair Option 1. Repair Service Gate Leaf Faces by surface grinding and machining. 2. Replace Service Gate Leaf Seals. 3. Replace Leaf Nut Cover plate screws and gasket. 4. Replace gate stems and stem nuts. 5. Replace bonnet hex head bolts, nuts, and washers, and bonnet seal O-ring. 6. Replace the cylinder gaskets top and bottom Sources Sought:� This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. A Market Survey is being conducted to determine if there are adequate HUBZone, 8(a), Service Disabled Veteran Owned, and Small Business contractors for the following proposed work. The Army Corps of Engineers, Philadelphia District, is interested in awarding one (1) Firm Fixed Price Contract for roadwork on the Francis E Walter Dam. Contract duration is projected at 240 calendar days from the Notice to Proceed (NTP).� Contractor must be prepared to commence actual operations within ten (10) days of the Notice to Proceed (NTP).� The estimated price order of magnitude is $250,000 - $1,000,000.� Any contract issued will be issued as a Firm Fixed Price.� Performance and Payment bonds will be required for 100% of contract award.� NAICS for this project is 332312 and the size standard is $36.5 million. Responses are requested with the following information, which shall not exceed a total of eight (8) pages. 1. Offeror�s name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on the first page of the submission. 3. Provide construction bonding level per single contract/task order.� Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. 4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror�s role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be sent to James Casey at james.f.casey@usace.army.mil on or before 30 June at 3:00 PM EDT or entered in beta.SAM on this posting.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e2778d94529e476197555d63a7a3daac/view)
- Place of Performance
- Address: White Haven, PA 18661, USA
- Zip Code: 18661
- Country: USA
- Zip Code: 18661
- Record
- SN05689160-F 20200614/200612230153 (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 |