SOURCES SOUGHT
Z -- Fabrication of Downstream Miter Gate, New Cumberland Locks and Dam
- Notice Date
- 8/8/2018
- 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
- SS-NCMG19
- Point of Contact
- David J. Lahey, Phone: 4123957114
- E-Mail Address
-
David.J.Lahey@usace.army.mil
(David.J.Lahey@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 the fabrication and delivery of one Miter Gate for the New Cumberland Locks and Dam located on the Ohio River approximately 54.4 river miles downstream from the Point at Pittsburgh, Pennsylvania. The proposed NAICS for the proposed acquisition is 332312 - Fabricated Structural Metal Manufacturing. The Small Business Size Standard is 500. The information gathered will be used by the Government to make appropriate acquisition decisions. SCOPE OF THE PROPOSED ACQUISITION: The miter gate consists of two fabricated gate leafs along with miscellaneous components for each leaf. Delivery will be by barge to PEWARS on Neville Island, Pennsylvania on the Ohio River, downstream from the Point of Pittsburgh. The miter gate will be off-loaded by the Government using Government supplied cranes. Installation of the miter gate will be performed separately by others. The gate leafs will be primarily of welded construction using various thicknesses of structural steel plates and will include some structural steel shapes. The majority of the steel items will conform to ASTM A709/A709M Grade 50. Portions of the gate leafs are designated fracture critical members. All welding will be in accordance with AWS D1.5 and is to be tested by applicable nondestructive testing (ultrasonic, magnetic particle, and visual). Each gate leaf will need to be fabricated within the tolerances specified on the contract drawings. In addition, fabrication of miscellaneous gate components will include forgings, castings, bushings, stainless steel, aluminum grating and handrail, rubber seals, sacrificial cathodic anodes, and other structural steel material. The gate leafs will be shop painted. Each gate leaf is comprised of welded horizontal girders and diaphragms connected to a vertical skin plate. The leaf is approximately 40 feet high by 5 feet wide by 62 feet long and weighs approximately 165 tons. The gate leaf is to be delivered in one piece; field assembly will not be accepted. Fabrication also includes miscellaneous items for each gate leaf such as diagonals; pintle; gudgeon; anchorage; walkway framing, grating and handrail; quoin and miter contact plates and blocks; fender protection; seals; pins; miscellaneous machined parts; grease systems; cathodic protection; and associated accessories. Miscellaneous items will be shipped loose and will be delivered with the gate leafs. The Contractor will be responsible to develop and submit detailed shop drawings for review and approval. The Contractor must have the following certifications: 1. AISC Certified Bridge Fabricator a. AISC Quality Certification Program, Major Steel Bridges (CBR) OR b. AISC Certified Bridge Fabricator - Intermediate (IBR) OR c. AISC Certified Bridge Fabricator - Advanced (ABR) 2. 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 3. 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 4. AISC Fracture Critical Endorsement (FCE) a. AWS D1.5 Certified Welder (CW) Certification OR b. Certified Welding Fabricator (CWF) Certification 5. AWS Certified Welding Inspector a. AWS Certified Welding Inspector (CWI) Certification OR b. AWS Senior Certified Welding Inspector (SCWI) Certification Additionally, the Contractor must have and be able to demonstrate past experience with large structure handling. Large structures are defined as 150 ton or greater with lengths ranging from 50 feet to 100 feet, depths and heights of 1 foot or more. INTERESTED SOURCES MUST PROVIDE THE FOLLOWING INFORMATION: Interested and capable sources are requested to provide complete responses with the following information to David Lahey, Contract Specialist, no later than 11:00 a.m. on August 22, 2018 by email at David.J.Lahey@usace.army.mil: (1) Company/firm name and address (2) Company/firm point of contact, telephone number and email address (3) Company/firm Commercial and Government Entity (CAGE) Code. 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) 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) Confirmation of the Contractor's ability to perform at least 15% of the effort with its own personnel. (6) All interested contractors should submit a narrative demonstrating their specialized experience in similar type contracts and past performance. (7) Capability statements should include, bonding capacity, bonding availability, details of similar projects and the completion dates, contract amounts for the similar projects listed, and references. 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/SS-NCMG19/listing.html)
- Place of Performance
- Address: USACE Pittsburgh District, Stratton, Ohio, 43961, United States
- Zip Code: 43961
- Zip Code: 43961
- Record
- SN05026976-W 20180810/180808231258-9e2f49ed51e9f5a94ac54ed604412be4 (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 |