Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2024 SAM #8095
SOLICITATION NOTICE

Z -- Lock & Dam 2 Concrete Crossover Joint Repairs

Notice Date
1/24/2024 10:19:50 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES24Q0043
 
Archive Date
02/15/2024
 
Point of Contact
John P Riederer, Phone: 6512905614, Kenneth J. Eshom
 
E-Mail Address
John.P.Riederer@usace.army.mil, kenneth.j.eshom@usace.army.mil
(John.P.Riederer@usace.army.mil, kenneth.j.eshom@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PRE-SOLICITATION NOTICE. This synopsis is not a request for quotes (RFQ), proposals (RFP), or in an invitation for bids (IFB). This is a pre-solicitation notice indicating that a solicitation for a competitive acquisition for the award of one firm-fixed price construction contract is intended to be issued via SAM (www.SAM.gov) in the near future. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The definitive offer due date and time will be stated in the solicitation and any associated amendments that may be issued. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be fully registered in SAM prior to receiving an award, to include a current FAR & DFARS Representations & Certifications Report. Registration instructions may be obtained, and online registration may be accomplished, at www.sam.gov. It is anticipated that this work will be solicited as 100% set-aside for small businesses under North American Industry Classification System (NAICS) code 237990 - Other Heavy and Civil Engineering Construction. The Small Business Administration (SBA) size standard for this NAICS is $45,000,000 in annual revenues (3 year average).� In accordance with FAR 36.204, the estimated magnitude of construction is between $100,000 and $250,000. _____________________________________________________________________________ The U.S. Army Corps of Engineers - St. Paul District seeks a contractor to perform repairs on the Lock & Dam 2 concrete crossover joints. Lock & Dam 2 is located at 1350 Dam Road, Hastings, MN 55033. The lock chamber is currently dewatered for repairs and maintenance, and will remain dewatered for the duration of the contracted work to provide safe access to the joints, The work shall include (but not be limited to) supplying payment and performance bonds, preparing an approved Accident Prevention Plan, cleaning and preparing the joints, and properly install polyurethane (PU) grout(s) through methods of pressure injection or an acceptable alternative method proposed by the contractor. The original copper water stops may have been compromised and soil movement through this joint appears to be occurring. A total of two (2), expansion joints (EJ) need repair and are located at the bottom of the dewatered lock. The crossover is a 9� x 9� concrete box culvert and has a total of 36 linear feet per joint for repair. However, only 9 liner feet per joint is exposed from the top. The Contractor shall be responsible for all equipment, materials, labor and other items and services required to accomplish the work. All work shall be in conformance with the Corps of Engineers Safety and Health Requirements Manual EM 385-1-1 (latest edition).�The contractor shall be responsible for clean-up of all work that is required in this contract. The contractor shall repair, at no expense to the Government, damage to the lock, and other existing facilities resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. Clean adjacent surfaces soiled by the PU grout(s) installation. Pick up all old joint sealant, filler and debris from contractor�s operations and dispose of off-site properly. PREPARATION OF EXISTING JOINTS Clean joint surfaces of residual sealant, fillers, and other contaminates capable of affecting sealant bond to joint surface by wheel grinder, wire brush, and joint cleaner, pressure washer, or other methods recommended by the sealant manufacturer. The exterior perimeter of the two (2) vertical and bottom horizontal joints within each EJ shall be injected with the hydrophobic polyurethane grout. Then the interior joint section will be injected with hydrophilic polyurethane grout. Prior to the installation of the expansive rope, the contractor shall ensure the joint surfaces are clean of debris and in a self-saturated dry (SSD) condition. No standing water shall be present within joint. The debris shall be removed from site and not allowed in the waterway. INSTALLATION OF EXPANSIVE ROPE The Contractor shall complete the installation of expansive rope in accordance with the manufacturer�s instructions or as stated herein, across the top 9 linear feet of each joint (18 linear feet total). The rope and urethane resin shall cover the joint completely up to the depth of the joint sealant. Ensure a minimum 1/2� from the top surface within the joint is free of expansive form and or other debris that may cause debonding during the joint sealant installation. INSTALLATION OF JOINT SEALANT Install joint sealants in accordance with ASTM C 1193, manufacturer's instructions, across the top 9 linear feet of each joint (18 linear feet total). Maintain finished joints free of embedded matter, ridges and sags during the curing period. This project will require completion of work prior to March 1, 2024, as work must be performed while the lock is dewatered for maintenance.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/67904da934d44b61958a9a8fe262e3ce/view)
 
Place of Performance
Address: Hastings, MN 55033, USA
Zip Code: 55033
Country: USA
 
Record
SN06943884-F 20240126/240124230040 (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.