SOURCES SOUGHT
95 -- Vertical Lift Gate Fabrication an Delivery for Montgomery Locks and Dam
- Notice Date
- 12/8/2017
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
- ZIP Code
- 15222-4186
- Solicitation Number
- W911WN18B8002
- Archive Date
- 1/25/2018
- Point of Contact
- Matthew W. Reed, Phone: 4123957157
- E-Mail Address
-
matthew.w.reed@usace.army.mil
(matthew.w.reed@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Announcement only. This is not a Request for Proposal/Bid/Quotation and neither specifications nor drawings are available at this time. No solicitation is currently available. This request does not obligate the Government in any contract award. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Response to this notice is strictly voluntary and will not affect any vendor's ability to submit a proposal if and when a solicitation is issued. The purpose of this Sources Sought is to survey the market and gain knowledge of potential interested contractors for completing the work effort relative to the Montgomery Gate Fabrication; NAICS 332312 Fabricated Structural Metal Manufacturing. The Small Business Size Standard is 500 employees. Estimated Magnitude of Construction: Between $1,000,000 and $5,000,000. SCOPE OF WORK SUMMARY The US Army Corps of Engineers is soliciting for the Fabrication and Delivery of two Vertical Lift Gates for The Montgomery Locks and Dam located approximately 31.7 miles downstream from the Point at Pittsburgh, Pennsylvania. Fabrication of the lift gates includes idler sprockets, drive sprockets, and chains for each gate fabricated. The contract also covers fabrication and delivery of machinery support beam pedestals for the existing operating equipment for each gate that is fabricated. Installation will be performed separately from this project. The gates and machinery pedestals will be constructed using various sizes of steel shapes and steel plate. The majority of the steel items will conform to ASTM A992 Grade 50 and ASTM A709/A709M Grade 50F. In addition, there are several stainless steel items including pins, roller and wheel components, and seal plates. Connections will be accomplished by a combination of welding and bolting. All welded joints are welded in accordance with AWS D1.5 and are to be tested by applicable non-destructive testing (ultrasonic, magnetic particle, and visual). After fabrication and before cleaning, metalizing and painting the gates will be thermally stressed relieved in accordance with AWS D1.5. The gate is comprised of a central leaf section and two end truck sections. The leaf section is a three dimensional welded truss system with a front skin plate. The leaf is approximately 14 feet high by 12 feet wide by 100 feet long. The end trucks are plate weldments approximately 14 feet high, 6 feet wide and 4 feet deep with an attached wheel assembly. The gate is metalized and painted, has access platforms and ladders, and weighs approximately 130 tons. The gate leaf and trucks will be shop assembled for inspection, then disassembled and shipped. The gate leaf is to be delivered in one piece; field assembly will not be accepted. The machinery pedestals are built-up sections comprised of wide flange sections and plates and are approximately two feet wide by 4 feet long by 6 feet high. Components of the gate include the framing, skin plate, diaphragms, diagonals and gussets, fenders, seals, wheels, rollers, grease systems, miscellaneous machined parts, walkway framing, grating, handrails, and associated accessories. The contractor will be responsible to develop and submit detailed shop drawings for review and approval. Contractor must have the following certifications: 1. AISC Quality Certification Program, Major Steel Bridges (CBR) 2. AISC Certified Bridge Fabricator a. AISC Certified Bridge Fabricator - Intermediate (IBR) OR b. AISC Certified Bridge Fabricator - Advanced (ABR) 3. Sophisticated Paint Endorsement a. Sophisticated Paint Endorsement - Enclosed (SPE-P1) OR b. Sophisticated Paint Endorsement - Covered (SPE-P2) OR c. Society for Protective Coatings (SSPC) - SSPC QP3 4. Sophisticated Paint Endorsement (only if painting will be onsite in the field) a. Sophisticated Paint Endorsement - Covered (SPE-P2) OR b. Society for Protective Coatings (SSPC) - SSPC QP1 5. AISC Fracture Critical Endorsement (FCE) a. AWS D1.5 Certified Welder (CW) Certification OR b. Certified Welding Fabricator (CWF) Certification 6. AWS Certified Welding Inspector a. AWS Certified Welding Inspector (CWI) Certification OR b. AWS Senior Certified Welding Inspector (SCWI) Certification Additionally, the contractor must be able to demonstrate past experience with large structure handling. Large structures are defined as 100 ton or greater with lengths ranging from 50' to 110', depths and heights of 1' or more. The contractor is to deliver the leaf, end trucks, chains and pedestals for each gate at the same time. Delivery will be to PEWARS on Neville Island in the Ohio River downstream from the Point at Pittsburgh via barge. The gates will be off loaded by the Government using Government supplied cranes. The project completion date is set at approximately 730 calendar days after receipt of the Notice to Proceed (NTP). The contractor will be required to provide Performance and Payment bonds. The official solicitation is anticipated to be issued in March or April of 2017. Results of this sources-sought announcement will be used, in part, to determine the feasibility if a small business or lower tier socio-economic set-aside for this project and to determine if the Rule of 2 is met for any particular category of small business. All qualified contractors are encouraged to respond; a lack of responses may jeopardize the project being set aside for small business. Contractor responses to this Sources Sought shall be limited to 8 pages and shall include the following information: 1. Contractor's name, address, point of contact, phone number, and e-mail address and website (if any). 2. Contractor's business size designation and socio-economic sector (eg. Large, Small, 8(a), HUBZone, Service Disabled Veteran Owned, etc). 3. Commercial and Government Entity (CAGE) Code and DUNS Number. If a member of a joint-venture or mentor-protégé agreement with the Small Business Administration (SBA), please provide information on both members of the joint-venture. 4. Confirmation of the Contractor's ability to perform at least 15% of the effort with its own personnel. 5. Company's interest in bidding on the solicitation once it's issued. 6. Company's capability to meet the requirements including specific equipment and experience with the type of work (magnitude and complexity) of the work described in this sources sought announcement. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. If a member of a joint-venture, the respondent should include relevant information from both members of the joint-venture. 7. A statement or list of your firm's current or past technical experience (within the past five years) similar or the same as the summary scope of work and construction magnitude. Include a brief description of the project, customer name, and timeliness of performance, customer satisfaction, and dollar value of project. If a member of a joint-venture, the respondent(s) should include relevant information from both members of the joint-venture. 8. A statement on your firm's bonding capacity, both aggregate and single contract. Submit this information to Mr. Matthew Reed, Contract Specialist, via email to matthew.w.reed@usace.army.mil. Your response to this Sources Sought notice must be received by 1:00 PM EST on January 10, 2018. As a reminder, this Announcement should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments. Search Keyword "W911WN" to obtain a complete listing of all Pittsburgh District US Army Corps of Engineers opportunities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN18B8002/listing.html)
- Place of Performance
- Address: Montgomery Locks and Dam, 100 Montgomery Dam Rd., Monaca, Pennsylvania, 15061, United States
- Zip Code: 15061
- Zip Code: 15061
- Record
- SN04762002-W 20171210/171208231115-11c6ca6dbee99baa35dd4b9c79efe317 (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 |