Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2017 FBO #5861
SOURCES SOUGHT

Y -- Middle Wall Crack Stabilization, Montgomery Locks and Dam

Notice Date
12/8/2017
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
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
W911WN18B8001
 
Archive Date
1/13/2018
 
Point of Contact
Janie L. Roney, Phone: 4123957474
 
E-Mail Address
janie.l.roney@usace.army.mil
(janie.l.roney@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought and is for informational purposes only. This is not a solicitation announcement, nor is it a Request for Proposal (RFP). No solicitation is currently available. This request does not obligate the Government in any contact award. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Do not submit cost proposals or cost information. Response to this notice is strictly voluntary and will not affect any firm's ability to submit a proposal if and when a solicitation is issued. The U.S. Army Corps of Engineers (USACE), Pittsburgh District, is conducting market research to determine the business size and capabilities of potential sources for stabilization of cracks on existing middle lock wall at the Montgomery Locks and Dam, Ohio River, Pennsylvania. The proposed NAICS for the proposed acquisition is 237990 - Other Heavy and Civil Engineering Construction. The information gathered will be used by the Government to make appropriate acquisition decisions. SCOPE OF THE PROPOSED ACQUISITION: The purpose of this project is to stabilize two critical sections of the middle wall where serious issues have been occurring at the Montgomery Locks and Dam, Ohio River, Pennsylvania. Montgomery Locks and Dam is located on the Ohio River near Monaca PA, at river mile 31.7 below the "Point" in Pittsburgh, PA. The locks are open to commercial navigation and recreation traffic, which are staffed and operated 24 hours a day, 7 days a week. The facility has two lock chambers with the locks located on the left descending bank. The land lock chamber has a size of 110'x600' and the river lock chamber has a size of 56'x360'. The existing middle lock wall supports the continual operation of the two lock chambers at the facility. The lock walls are constructed of concrete walls bearing directly on the rock for foundation support. Existing cracks are located with many areas of the lock walls. The cracks are orientated vertically and horizontally within the lock walls with water leakage occurring from the cracks. Required work requirements as part of the crack stabilization will include: 1. Installation of steel stressing high capacity rock/concrete anchors within the lock wall with the following specifications, a. The anchors will be around 20 to 22 feet long to prevent the anchor hole from penetrating past the back side of the lock wall which will be of upmost importance that the penetration does not occur. The nominal lock wall concrete width is 24 feet. b. The anchors will be required to be installed horizontally through the width of the lock wall at multiple horizontal planes within the lock walls. Approximately 45 ASTM A722 galvanized 1.25-inch diameter high capacity anchors are required with an expandable mechanical wedge on one end of the anchor and a bearing plate for seating the anchor stressing loads onto the concrete lock wall. c. Holes for the high capacity anchors will be required to be core drilled on a near horizontal arrangement from the vertical lock wall face within the land lock chamber. It is the Contractor's responsibility to determine the equipment, means and methods to best drill holes. It is anticipated the holes will be drilled off a temporary floating barge platform with floating plant, fixed or elevated platform or other methods that will achieve the approximate 2.5-inch hole diameter and horizontal alignment for the anchor. d. The anchor heads with the bearing plate will be required to be recessed within in a larger sized hole or recess opening at a nominal depth within the vertical lock wall. This recess will be filled with grout to protect and encapsulate anchor head. e. The anchors will be stressed at two different intervals and each of the anchor groups will be stressed according to a specified sequence pattern to provide to an initial stress and final lock off stress for each anchor. Stressing and grouting of the high capacity anchor could be done using a floating plant or another means for the Contractor to determine. 2. Scheduling of the anchor installation. a. The anchor installation must occur during specified multiple temporary lock closures in order to minimize the time the land lock chamber is closed. The Contractor must develop a detailed schedule to perform the work in a timely manner during these multiple temporary closures. It is anticipated the work must occur within a maximum 12-hour temporary daily lock closure period and within the planned Government maintenance 16-hour daily shutdown period scheduled to occur simultaneously over a part of the contract period of performance. Daily equipment set-ups and removals will be required as part of the contract work. A floating plant mooring area will be provided to the Contractor for performance of the contract work. 3. After the completion of the anchor installations, the existing cracks will be required to be pressure grouted to seal the water leakage. This pressure grouting will be performed from inside the existing gallery opening containing the lock service utilities and from vertical wall recesses opening using specialized grouting equipment. This will require the Contractor to select the appropriate grouting methods, pressures and techniques to successfully seal the cracks. The required pressure grouting will need to seal vertical and horizontal cracks within the concrete. Depending on the results of the initial grouting program, a secondary grouting of the cracks may be required. 4. The contract will require the installation of an instrumentation program to monitor, record and track the existing cracks within the lock wall during all period of the construction period. A qualified instrumentation monitoring individual shall be required as part of the contract. Construction work will occur in close proximity to commercial navigation and recreation traffic which will require close coordination of the construction activities with the Lockmaster at the facility. The locks are staffed and operated 24 hours a day, 7 days a week. Also, although the Government efforts will not directly impact the Contractor's work, the work will require close coordination with other Government Contractors and the Government repair fleet that will be working on other features at the facility and utilization of the land chamber for temporary closures. Disposal of excavated materials, concrete rubble and other construction waste material will be at a commercially permitted facility licensed to accept the waste or recycled if applicable. The anticipated approximate duration of the project will range from 360 to 550 days. INTERESTED SOURCES MUST PROVIDE THE FOLLOWING INFORMATION: Interested and capable sources are requested to provide complete responses with the following information to Jane Roney, Contract Specialist, no later than 11:00 a.m. on December 29, 2017 by email at Janie.L.Roney@usace.army.mil, (1) Company/firm name and address (2) Company/firm point of contact, telephone number and email address (3) Company/firm cage code (4) Company/firm business size, to include designation as large business, small business, HUBZone, 8(a), Services Disabled veteran Owned Small Business, Small Disadvantaged Business or Women-Owned Business. (5) All interested contractors should submit a narrative demonstrating their specialized experience in similar type contracts and past performance. Capability statements should include, bonding capacity, bonding availability, details of similar projects and the completion dates, and contract amounts for the similar projects listed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN18B8001/listing.html)
 
Place of Performance
Address: Montgomery Locks and Dam, 100 Montgomery Dam Road, Monaca, Pennsylvania, 15061-2221, United States
Zip Code: 15061-2221
 
Record
SN04762015-W 20171210/171208231120-45b307787936a0eb91f190619ea4f7c1 (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 |
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.