SOURCES SOUGHT
Z -- Floating Plant
- Notice Date
- 12/22/2017
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P918Z0007
- Archive Date
- 2/6/2018
- Point of Contact
- Twila A. Hopkins, Phone: 3143318124
- E-Mail Address
-
twila.a.hopkins2@usace.army.mil
(twila.a.hopkins2@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought This is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Notice is in support of a market survey being conducted by the St. Louis District, Corps of Engineers to identify interested Contractors within the District area for the Scope of Work listed below. The following are general capabilities required to perform the Scope of Work according to USACE standards. General Project Description The work covered by this contract consists of furnishing all floating plant, labor, equipment, operators, supervision/site superintendent, supplies and materials necessary to satisfactorily perform the repair, installation, demolition, removal/disposal, rehabilitation and/or restoration of U.S. Government lands and facilities and/or U.S. Government Sponsored work at four (4) locks and dams, one (1) service base and dredging operations support at location as specified in accordance with the contract specifications. Contract Areas and Construction Limits for Floating Plant Operations: The primary contract areas consist of but are not limited to Mississippi River Projects that include lock(s) and dam facilities, spillways, service base facility, service base shoreline, immediate upstream and downstream river channel of a facility, dredging operations, regulatory operations, and biological opinion operations located on the Mississippi River from Mississippi River Mile 0.0 to 300.0 and on or along the Illinois River form Illinois River Mile 0.0 to 80.0 and on or along the Missouri River from Missouri River Mile 0.0 to 66.0. Specific contract areas and construction limits will be specified within each task order. Work Statement Typical work includes, but not limited to, maintenance and repair of tainter, miter and/or lift gates at Locks 24, 25, Melvin Price and 27; sprocket replacements at the Locks; maintenance and repair of USACE Equipment and Fleet at the USACE St. Louis District Service Base; dredge equipment support on the Mississippi and Illinois Rivers; mechanical dredging of river access channels and lock chambers; emergency repairs; supply of barges to support equipment, supplies, materials and all other incidentals for performance dewatering activities, demolition activities, rehabilitation/restoration activities and installation activities. Submission 1. Describe your companies capabilities in the areas listed below. Capabilities can be demonstrated by providing examples of work and equipment utilized that your company. Areas of work involving characteristics that are similar to the types of work described herein: a. Marine/Towboat experience on western rivers and inland waterways within the past 5 years. b. Maintenance and repair of gates and/or other essential mechanical parts and equipment working from floating plant and/or land based operations. c. Supply of a Floating Plant to perform emergency repairs at an infrastructure within 24-48 hours of being notified. d. Mechanical dredging of river access channels and lock chambers. e. Performance of dewatering activities. f. Performance of painting of repairs/rehabilitation. g. Performance of Driving sheetpile, repair metals (rub plates, bars, corner/end protection) to include fabrication and installation on and off site. 2. Please provide business information in the following format: Business Name: Point of Contact: (Name/Phone/Email) Address: Business Size (Large/Small/8(A)) Cage Code: 3. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Notice. The Government requests interested firms submit one (1) copy of their capability and experience response no later than 2:00 p.m., Central Standard Time, on January 31, 2018 and should not exceed 10 one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to Barrietta Killiebrew, St Louis District, Corps of Engineers, via email at Barrietta.Killiebrew@usace.army.mil, Fax will not be accepted. Please direct any questions on this announcement to Barrietta Killiebrew at the above email or phone number 314-331-8514.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f74e8760b2f924494e739aee1e962165)
- Place of Performance
- Address: Missouri, United States
- Record
- SN04775122-W 20171224/171222230749-f74e8760b2f924494e739aee1e962165 (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 |