Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2018 FBO #5994
SOURCES SOUGHT

Y -- LD 24 & 25 Bulkhead Hoist Cranes Replacement

Notice Date
4/20/2018
 
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 St. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-18-Z-0009
 
Archive Date
6/6/2018
 
Point of Contact
Barrietta Killiebrew, Phone: 314 331-8514
 
E-Mail Address
Barrietta.Killiewbrew@usace.army.mil
(Barrietta.Killiewbrew@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 Regional area for the Scope of Work listed below. The following are general capabilities required to perform the Scope of Work according to USACE standards. The Contractor must have the capabilities to perform the Scope of Work listed below. General Project Description: The U.S. Army Corps of Engineers Lock and Dam 24 located in Clarksville, MO and Lock and Dam 25 located in Winfield, MO each utilize service bridge cranes to facilitate maintenance. The cranes were originally installed in the early 1940s. They each contain two separate lifting devices; a traditional boom type pedestal crane and a frame mounted bulkhead hoist. The pedestal crane sits on top of the main crane truck frame that travels on rails across the top of the dam via the service bridge and is used to support routine maintenance and place the downstream Tainter gate bulkheads. The bulkhead hoist is used to pick up the upstream emergency Tainter gate and roller gate bulkheads and consists of a single winch powering two wire drums that are mounted to cantilever lifting arms. The bulkhead hoists were designed and built to meet or exceed the requirements of the performance specification required by the original crane supply contract. This contract was used to procure multiple similar service bridge cranes 70+ years ago. The bulkhead hoist lifting capacity required by the original supply contract was 82,000 lbs at LD 25 and 78,000 lbs at LD 24. Due to changing site conditions, the lifting capacity required of the bridge cranes has changed since the initial installation. It is required that the pedestal crane have a capacity of no less than 12 kips at a radius of 70 ft. The bulkhead hoists shall have a vertical lifting capacity of no less than 160 kips and a horizontal racking span of 24 inches. A.) Work Statement - U.S. Army Corps of Engineers: The pending work required consists of furnishing all labor, floating plant, equipment and materials to decommission the existing bridge machinery and replace with updated equipment meeting current requirements. In addition to procurement of a new diesel powered pedestal crane (which may be of hydraulic or lattice boom design), the Contractor will be responsible for fabrication of a new rail truck as the working platform for both lifting devices. The new rail truck shall be designed to fit the loading and functional requirements of the lifting devices to be installed. The vertical hoisting system shall be designed in such a manner that it may be electrically powered by the existing bridge power or a backup standalone diesel generator mounted to the rail truck. B.) Capability Statements: Note: Under capability statements below, in addition to listing general experience, specifically include a listing of any US Army Corps of Engineers or other federal projects on which you demonstrated the required capability, including large equipment projects. 1. Please provide (3) projects with the same or similar work described in Sources Sought that your company has performed. Describe past work experience showing combinations of the areas listed below. Also include the project's contact information. (Name, telephone number and email address with each project) Areas of work involving characteristics that are similar to the types of work described herein: a. Specific-use crane installations requiring post-manufacture design and fabrication to meet customer requirements. b. Coordination and communication with customers on heavy equipment projects to ensure customer requirements are being met throughout the project lifecycle. c. Lock and Dam heavy equipment installations and repair utilizing floating plant (i.e. barge mounted cranes, deck barges, tugs, etc.) capabilities to support work performed. d. Disassembly and removal of heavy equipment from dams and/or bridges utilizing floating plant. e. Commissioning of heavy-lift assets in a marine environment. C.) Site Visit Information Date: May 17, 2018 Time: 8:00 am The site visit will begin at LD 24 in Clarksville, MO Lock and Dam 24 350 North 1st St Clarksville, MO 63336 The Site Visit will conclude at LD 25 in Winfield, MO Lock and Dam 25 #10 Sandy Slough Winfield, MO 63389 D.) Please provide your business information in the following format: Business Name: Point of Contact: (Name/Phone/Email) Address: Business Size: Cage Code: E.) 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 an electronic copy of their capabilities and experience response no later than 4:00 p.m., Central Standard Time, on May 22, 2018 and should not exceed 10 one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to the following address: Contracting Division, Attn: Barrietta Killiebrew, St. Louis District, Corps of Engineers, 1222 Spruce Street, St Louis, Missouri, 63103-2833, Fax will not be accepted. Email will be accepted, send to barrietta.killiebrew@usace.army.mil. 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/0c883ea42c69ca38f1329443e86fb0f6)
 
Place of Performance
Address: Lock and Dam 24, Clarksville, Missouri, 63336, United States
Zip Code: 63336
 
Record
SN04896779-W 20180422/180420230813-0c883ea42c69ca38f1329443e86fb0f6 (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.