Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2023 SAM #7726
SPECIAL NOTICE

Z -- SOURCES SOUGHT SYNOPSIS: TOW HAULAGE SYSTEM REPLACEMENT, MURRAY LOCK AND DAM, MKARNS

Notice Date
1/20/2023 7:54:03 AM
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LITTLE RO LITTLE ROCK AR 72201-3225 USA
 
ZIP Code
72201-3225
 
Solicitation Number
W9127S23B0TF0
 
Response Due
2/7/2023 12:03:00 PM
 
Archive Date
02/28/2023
 
Point of Contact
Sarah Hagood, Phone: 501-340-1277, Carole Householder, Phone: 501-340-1258
 
E-Mail Address
sarah.n.hagood@usace.army.mil, carole.m.householder@usace.army.mil
(sarah.n.hagood@usace.army.mil, carole.m.householder@usace.army.mil)
 
Awardee
null
 
Description
SOURCES SOUGHT SYNOPSISTOW HAULAGE SYSTEM REPLACEMENTMURRAY LOCK AND DAM, MKARNSU.S. ARMY CORPS OF ENGINEERS (USACE)LITTLE ROCK DISTRICT (SWL)This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation.The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Other than Small and the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, and WOSB are highly encouraged to participate.Small Businesses participants are reminded under FAR 52.219-14, Limitations on Subcontracting (Deviation 2021-O0008) for supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractors 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract. Prior Government contract work is not required for submitting a response under this Sources Sought Synopsis.Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 PM CST on February 7, 2023.The North American Industry Classification System code for this procurement is 237990, Other Heavy and Civil Engineering Construction, which has a small business size standard of $45M.The Product Service Code is Z1KA, Maintenance of Dams.The Magnitude of Construction is between $1M and $5M. Estimated duration of the project is 365 calendar days.All interested firms must be registered in System for Award Management (SAM) to submit bids/ quotes/ proposals on Government solicitations.Responses should be addressed to: sarah.n.hagood@usace.army.milProject DescriptionThe work is to demolish the existing two-winch tow haulage system at Murray Lock and provide a complete operational replacement system (with select components reused or refurbished). The replacement system uses a single loop of 3/4 inch wire rope from the single rope-on rope-off 50 horsepower electric winch to the kevel bitt and back to the winch with a pulling force of ~10,000 lb. at the kevel bitt (approximately 11,900 lb. at the winch drum) and a maximum kevel bitt speed of approximately 117 feet per minute. The winch operates via an Adjustable Speed Drive (ASD) located in the lock house across the chamber from the winch; the work includes replacing all power, controls, and appurtenant electrical components. The wire rope between the winch and kevel bitt is routed via 10 mounted sheaves approximately 18 inches in pitch diameter (5 sheaves on both parallel rope sections) with a portion of the rope routing via a ~1 foot deep concrete trench to be cut in the lock wall concrete as part of the work. Following installation of the replacement system, training of Government personnel and field testing shall be provided including operational testing using a loaded barge or equivalent alternative and system functional testing.The work includes demolition of two existing tow haulage electrohydraulic winch units, two existing A-frame crossover sheave towers, existing wire rope, and all power and controls to the above mentioned equipment. Proposed work includes providing one electrically driven tow haulage winch, ASD, all electrical power, sheave assemblies, wire rope, controls, and incidental related work. Work also includes concrete saw cutting and concrete removal for the trench and the refurbishment of the existing kevel bitt.Existing Items to be demolished:1. Downstream hydraulic winch2. Upstream hydraulic winch3. Downstream sheave A-frame tower4. Upstream sheave A-frame tower5. Upstream gate shelter control components6. Downstream gate shelter control components7. Electrical service (conductors and circuit breakers) to upstream and downstream winch8. Monolith concrete for cable trench9. Downstream winch weather shelter10. Existing wire rope11. Downstream intermediate handrailsItems to be provided:1. Single drum, electric driven, ASD-operated rope-on rope-off winch at upstream location 2. Sheave assemblies at wire rope trench, lock wall (multiple locations)3. Close-fitting sheave rope groove guard pin assemblies4. Sheave Safety Cage Assemblies5. Wire Rope and End Terminations6. Electrical service to winch assembly (conductors and circuit breakers)7. Grating for wire rope trench8. Weather shelter for winch drum assembly (if not fully reused)9. Upstream intermediate handrails (if not fully reused)10. Jib crane for winch motor removal during future flood operations11. Upstream gate shelter control components12. Downstream gate shelter control components Item(s) to be re-used1. Kevel rail2. Upstream winch weather shelter3. Upstream intermediate handrails Item(s) to be refurbished1. Kevel Bitt
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b5c478ecd3914afdb4ff31c068799655/view)
 
Record
SN06569094-F 20230122/230120230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.