SOURCES SOUGHT
Y -- Sector Gate Painting and Steel Repairs Project
- Notice Date
- 11/2/2017
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ18X0003
- Archive Date
- 12/19/2017
- Point of Contact
- Alysha MacDonald, Phone: 9783188715
- E-Mail Address
-
Alysha.MacDonald@usace.army.mil
(Alysha.MacDonald@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New England District, is issuing a Sources Sought Announcement for the Sector Gate Painting and Steel Repairs project at the New Bedford Hurricane Barrier, located in New Bedford, Massachusetts to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns as described below. The NAICS code for this procurement is 238990. The project is planned to be issued on or about June 2018. The project will occur in the summer/fall of 2018 and is expected to take about three months, including submittal approval. The estimated construction cost is between $500,000 and $1,000,000.00. The New Bedford - Fairhaven Hurricane Barrier was originally constructed between 1962 and 1966. It consists of three components: a barrier extending across New Bedford and Fairhaven Harbor with an extension dike on the mainland, Clark's Cove Dike in New Bedford, and Fairhaven Dike. There is an opening through the harbor dike that allows boat traffic to traverse through the dike out to the open ocean. During times of storm surge, this opening can be shut with two sector gates, one on either side of the boat channel. These pie-piece-shaped sector gates pivot horizontally together so that they are touching each other in the center of the channel. The gates are about 56 feet tall and approximately 90 feet across at their widest point. Approximately two thirds of these gates are continuously under water, with about one third extending up out of the water. This project addresses the portion of both gates that extend above the water level. None of this project will address those portions of the gates that are below the water level, although there will be portions that are right at the water level. This project consists of the following components: •· Remove, using abrasive blasting techniques, the old coal tar epoxy present on all surfaces of Truss #1 on both sector gates, which is defined as the horizontal structural steel members that make up the highest elevation of each gate. •· Apply new coal tar epoxy onto all surfaces of Truss #1 on both sides of the sector gates as well as any new portions of the leading edge of the skin plates (see bullet below). This multi-coat system shall be the same as was used during the most recent dewatering project. •· Repair leading edge of skin plate on both sector gates above the waterline. •· Remove, using abrasive blasting techniques, the old coal tar epoxy present on the steel surfaces of the pin recesses in the drive rack, as well as the top and underneath side of the outside of the drive rack. Also include the recessed tops of the pins. All of the interior of these recesses, including the "bosses" are to be cleaned, blasted and repainted. The pins themselves would need to be protected with a plastic or rubber wrap. •· Apply new coal tar epoxy onto all surfaces of the pin recesses in the drive rack, to include the top and underneath side of the outside of the drive rack, and the recessed tops of the pins. •· Remove and replace in kind several steel components above the water line on each sector gate. These components at each sector gate are: one ladder, handrails at the lower end of the ladder, the standing platform that the ladder leads to that is directly above the water level, handrails around the standing platform, and two nearby support beams. These components would be manufactured at an off-site location, brought to the site, and installed using a crane. These components are to be galvanized steel, not fiberglass or plastic. The existing handrails at the top, as well as the grating at the top, will remain and are not part of this project. •· Install a new fall protection safety system to allow for safe access up and down the above-mentioned ladders, rated for 5000 pounds. This system would consist of a permanent anchored point adjacent to each ladder, bolted into the concrete, and a removable davit arm that would be stored in the nearby compressor buildings. •· Remove the existing coating (a rubber material) currently present in the recessed tops of each pin along the drive rack at the top of the skin plate of each sector gate. •· Apply new rubber or mastic type of sealer (or another coating as yet to be determined) onto the recessed tops of the pins. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and experience in performing the work components stated above. Please include at least one specific example of the firm's experience performing the work requirements stated above. The project must have been performed within the last ten years. Please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications, if subcontractors are planned to be used. Proof of bonding capability is required. Responses are due December 4th, 2017. Responses should be emailed to Alysha MacDonald at Alysha.MacDonald@usace.army.mil. Responses are limited to twenty pages. Interested firms shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ18X0003/listing.html)
- Record
- SN04730195-W 20171104/171102231436-0cd54ede6f368b3564c2e23d6e04f140 (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 |