Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2025 SAM #8542
SOURCES SOUGHT

93 -- Boggs L&D Fiber Reinforced Polymer (FRP) Floating Guide Wall

Notice Date
4/14/2025 11:06:08 AM
 
Notice Type
Sources Sought
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE25S0005
 
Response Due
4/28/2025 10:00:00 AM
 
Archive Date
05/13/2025
 
Point of Contact
Dustin G. Cannada, Phone: 6016317546
 
E-Mail Address
dustin.g.cannada@usace.army.mil
(dustin.g.cannada@usace.army.mil)
 
Description
W912EE - The USACE Vicksburg District is seeking qualified and capable contractors with the capability and capacity to perform the scope-of-work indicated. The Corps of Engineers (COE), Vicksburg District does not intend to award a contract on the basis of responses received. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or make a contract award. No award will be made from this Sources Sought Notice, as this is NOT a request for proposal, quote, or invitation to bid. PROJECT SPECIFIC DETAILS: The U.S. Army Corps of Engineers, Vicksburg District requests letters of interest from qualified contractors capable of proving the products as specified for the following project: Catahoula Parish, Louisiana, Red River, Lindy C. Boggs Lock and Dam (L&D No. 1), FRP Floating Guide Wall Project. FRP Floating Guide Wall The navigational lock at Lindy C. Boggs L&D utilizes three concrete floating guide wall pontoons at both upstream and downstream approaches. The concrete pontoon most downstream from the lock was damaged and pulled from service. This project serves to replace this damaged concrete guide wall pontoon with a modular FRP structure, via Supply Contract. This project will require the design, proof of testing/concept, fabrication and delivery of new FRP pontoons. Some embedded steel to be used for connections to the existing guides in the concrete piers, and with a fender system to protect the structure from barge impacts. This new structure will be composed of modular sections, interlocked together to span the 226� gap between piers. The interlocking system should be easy to handle and assemble without heavy equipment. The new FRP pontoon will be similar geometry to the replaced concrete pontoon shown in Figures 2 and 3 below, and be dimensionally compliant with the existing piers, requiring no modification to the existing structure. It is to be used in junction with the existing two downstream concrete guide wall pontoons. The FRP floating guide wall pontoons will be fabricated at the awarded fabricator�s manufacturing plant and delivered to Red River L&D No. 3 in Colfax, LA. Fabrication and testing will be completed by the fabricator using language from a Design After Award specification section developed by USACE. The fabricator shall employ the services of a professionally registered engineer with experience in FRP design and the FRP designer will be the Engineer of Record (EOR) for this project. Once all pontoons are delivered to Red River L&D No. 3, MVK Operations will utilize an in-house barge crane to offload pontoons into the water, transport pontoons downriver to Boggs L&D as a barge tow and install them into guides. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and UEI. 3. Firm's interest in participating in the solicitation, if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a), or Other than Small Business (Large Business). 5. Firm's joint venture information (if applicable). 6. If depending on sub-contractor capability the interested party shall submit a letter of commitment from the sub-contractor. 7. Interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and capability to meet all requirements stated above. Include your firm�s capability to execute comparable work performed within the past 10 years. The provided information shall include the following: a. Brief description of the project b. Customer contact information c. Outcome of the project c. Timeliness of performance e. Dollar value of the completed projects At least three (3) projects should be provided to demonstrate competency and experience in the required areas of work. Narratives shall be no longer than ten pages, front and back. TECHNICAL QUESTIONS: 1. Describe projects and experience you have that demonstrates your capabilities to successfully perform the work required in this contract. 2. Would you subcontract out any of the work in this contract or serve as a subcontractor to a prime? If you are relying on a subcontractor�s experience, describe you subcontractor�s relevant experience, your history in successfully working on other contracts with this subcontractor, and what experience you have as a prime contractor managing similar contracts. 3. What projects have you performed related to marine or hydraulic structures similar to this project? 4. What fabrication methods do you use and how do they scale to large structural components? SUBMIT TO: Responses shall be via email to Dustin Cannada, Contracting Officer, at Dustin.G.Cannada@usace.army.mil. Responses should be sent as soon as possible, but not later than 2:00 PM Central Time, 28 April 2025. Please use the following subject line for the email: �W912EE25S0005 Boggs Floating Guide Wall�. Telephone inquiries will not be accepted or acknowledged. All interested firms must be registered in the System for Award Management (www.SAM.gov) and maintain an active registration for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/887ae42f8f6e4ae8af83837f4858ec2f/view)
 
Place of Performance
Address: LA, USA
Country: USA
 
Record
SN07408336-F 20250416/250414230053 (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.