Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2024 SAM #8184
SOURCES SOUGHT

Y -- Melvin Price Locks & Dam Direct Acting Cylinder Installation, Lock Wall Grating Replacement, and Handrail Anchorage Connection Rehabilitation Project

Notice Date
4/22/2024 2:12:04 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST ST LOUIS SAINT LOUIS MO 63103-2833 USA
 
ZIP Code
63103-2833
 
Solicitation Number
W912P924R0023
 
Response Due
3/5/2024 8:00:00 AM
 
Archive Date
03/20/2024
 
Point of Contact
Tracy Tenholder, Phone: 3143318257
 
E-Mail Address
Tracy.N.Tenholder@usace.army.mil
(Tracy.N.Tenholder@usace.army.mil)
 
Description
Sources Sought Notice for:�Melvin Price Locks & Dam Direct Acting Cylinder Installation, Lock Wall Grating Replacement, and Handrail Anchorage Connection Rehabilitation Project 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 make a contract award. NO AWARD will be made from this Sources Sought Notice. This is NOT a request for proposal, quote, or invitation for bid. The sole purpose of this notice is to identify potential System for Award Management (SAM) Database registered businesses that are interested and capable of performing this work.�USACE is�not�responsible for any costs incurred by interested parties in responding to this Sources Sought. POINT OF CONTACT: Tracy Tenholder, Contracting Officer � tracy.n.tenholder@usace.army.mil The estimated magnitude of this project is between $5,000,000 and $10,000,000. The Government is targeting soliciation issuance by June 2024 for Sept 2024 award. General Site Description Melvin Price Locks and Dam is located on the Mississippi River near Alton, Illinois, approximately 21.3 river miles upstream from St. Louis and 200.8 miles above the mouth of the Ohio River.� The project consists of a main lock and an auxiliary lock; a dam containing nine Tainter gates; and a fixed submersible dike reaching the Missouri Side of the River.� The main lock is 1200 ft by 110 ft with a lift gate at the upstream end and a miter gate at the downstream end of the lock chamber.� The auxiliary lock is 600 ft by 110 ft with a set of miter gates at the upstream and downstream ends. Project Scope Description The work will consist of furnishing all labor, equipment, operators, supervision, supplies and materials, and incidentals necessary to perform the Melvin Price Locks & Dam Direct Acting Cylinder Installation, Lock Wall Grating Replacement, and Handrail Anchorage Connection Rehabilitation Project.� The work is anticipated to be accomplished with traditional river marine construction equipment, such as floating plant and barge mounted crane, and staged inside the auxiliary lock chamber. The structural work on the project includes but is not limited to the following: Removal of existing grating and framing, demolition of existing concrete, placement of new concrete, and installation of new grating and framing at the existing auxiliary lock miter gate machinery recesses to create new miter gate machinery recesses for the new direct acting cylinder. Installation of new direct acting cylinder, including anchorage to concrete at the new auxiliary lock miter gate machinery recesses.� Contractor must be able to perform work in accordance with AWS D1.5 and hydraulic structural steel specifications. Modifications to existing miter gate leaves to receive new direct acting cylinder strut arm, including careful demolition of existing upstream top girder flange, removal of existing strut box, and installation of new strut box.� Contractor must be able to perform work in accordance with AWS D1.5 and hydraulic structural steel specifications. Removal of existing grating and framing, demolition of existing concrete, placement of new concrete, and installation of new grating and framing at auxiliary lock culvert valve pits and bulkhead slots. Protection and reattachment of existing mechanical and electrical systems in auxiliary lock culvert valve pits during construction. Removal of existing guardrail system for reuse, demolition of existing concrete and embedded metal sleeves at base of existing guardrail posts, placement of new concrete, and reinstallation of existing guardrail system with new base plate at lock walls and guide walls, excluding the bridge and dam.� Intent is to replace all embedded guardrail post connections with surface-mounted connections. The mechanical work on the project includes but is not limited to the following: Demolition of existing miter gate machinery including the removal of the hydraulic cylinder assembly, rack gear, sector gear assembly, strut arm, roller guide assemblies, and associated lubrication system. Removal and relocation of bubbler system compressed air pipe to the new miter gate machinery recess. Demolition of hydraulic power systems for the culvert valve and miter gate systems. Demolition will include removal of pipes, fittings, ball valves, surge relief valves, counterbalance valves and directional control valves. Installation and testing of new hydraulic power system for the miter gate and culvert valve including installation of pipe, hydraulic hoses, ball valves, surge relief valves, counterbalance valves, fittings, and the miter gate directional control valves. Disassembly, inspection, and rehabilitation of six existing government furnished direct acting cylinder assemblies. Disassembly, inspection, and rehabilitation of eight existing hydraulic power units powering the culvert valves and miter gate machinery on the auxiliary lock. Rehabilitation will include, but not be limited to replacement of all wear parts, rebuild of pump, and draining and cleaning of the oil reservoir. The electrical work includes but is not limited to the following: Removal and replacement of various miter gate limit switches and associated cabling and conduit Removal and replacement of hydraulic fluid line pressure transducers and associated cabling and conduit Installation and wiring of hydraulic cylinder integrated measuring system unit. CAPABILITY STATEMENT SUBMITTAL All interested, responsive and responsible System of Award Management (SAM) Database registered businesses are encouraged to participate in this Sources Sought by emailing the required information below to the point of contact. If your company is not SAM-registered, please do so at www.sam.gov.� Interested PRIME contractors shall include the following information in their response to this Sources Sought announcement: 1.� 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 and UEI No.: ���� Indication of the intent to participate/submit an offer: 2. �Provide a brief capability statement of no more than five (5) pages indicating examples of work that your company has performed in the areas listed below. Do not provide more than (3) three in any area of work performed.� Describe past work experience showing all or more than one of the areas listed that was performed under one contract. Areas of work involving characteristics that are similar to the types of work described herein: Lock and Dam Rehabilitation work on or around river/marine environment during scheduled lock closures. Structural work involving installation of heavy-duty grating, installation of structural steel, modification of hydraulic steel structures, modification of hydraulic reinforced concrete structures or mass-concrete structures. Mechanical work installation, rehabilitation, and testing of hydraulic power systems including hydraulic cylinders, hydraulic power units, and control valving. Electrical work involving replacement of industrial instrumentation and controls equipment. 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.� Responses are to be sent via email to Tracy Tenholder no later than 10:00 a.m. CST, 05 March 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/431d3f7908fc4df49b968ce4ca3cef63/view)
 
Place of Performance
Address: Alton, IL 62002, USA
Zip Code: 62002
Country: USA
 
Record
SN07038887-F 20240424/240422230100 (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.