Arkansas Bids > Bid Detail

SOURCES SOUGHT SYNOPSIS: Conduit Service Sluice Gate Rehabilitation, Bull Shoals Dam

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159171294207448
Posted Date: Dec 12, 2022
Due Date: Jan 6, 2023
Solicitation No: W9127S23R0SFG
Source: https://sam.gov/opp/93479b8077...
Follow
SOURCES SOUGHT SYNOPSIS: Conduit Service Sluice Gate Rehabilitation, Bull Shoals Dam
Active
Contract Opportunity
Notice ID
W9127S23R0SFG
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
US ARMY ENGINEER DISTRICT LITTLE RO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 12, 2022 09:54 am CST
  • Original Published Date: Dec 12, 2022 07:15 am CST
  • Updated Response Date: Jan 06, 2023 02:00 pm CST
  • Original Response Date: Jan 06, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 07, 2023
  • Original Inactive Date: Jan 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Lakeview , AR 72642
    USA
Description View Changes

SOURCES SOUGHT SYNOPSIS

Conduit Service Sluice Gate Rehabilitation

Bull Shoals Dam

U.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 & the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), & 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, & 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 contractor’s 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 January 6, 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 $39.5M.

The Product Service Code is Z2KA, Repair or Alteration of Dams.

Estimated duration of the project is 480 calendar days (base), with potential for up to an additional 600 days if all options are exercised (120 days for each option).

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.mil

ALL RESPONSES MUST BE SUBMITTED USING THE ATTACHED CAPABILITIES SURVEY.

Project Description:

Contractor shall provide all labor, equipment, tools, supplies, material, and incidentals necessary to place the bulkheads, rehabilitate the Conduit Service Sluice Gates, rehabilitate the gate operating cylinders including replacing the hydraulic cylinder seals, replace hydraulic piping, and replace grease lines to stem retainers. The Service Sluice Gate is the downstream of the two gates serving each Conduit. The existing system consists of a 9’ X 4’ concrete conduit with a partial steel liner that is controlled by a set of cast iron sluice gates, hydraulic operating cylinder, cylinder stem, stem retainer, hydraulic piping connections, hydraulic hard lines and flexible lines, control valves, and isolation valves. Work in this contract will require setting the conduit’s bulkhead. Setting the bulkhead will require lane closures, crane work, and dive operations. Work within the conduit will require entering a confined space, per EM 385-1-1.

Contractor shall provide a traffic control plan and coordinate lane and road closure requests with the Arkansas Department of Transportation (ARDOT) District 9. Contractor shall be responsible for all detour signage and traffic control devices, and shall provide message boards located prior to, and in addition to, any other warning signs which notify the public of road/lane closures.

Dewatering of the conduit requires placement of the bulkhead on the upstream face of the dam. The bulkhead shall be lowered into place utilizing an appropriately sized crane on the roadway over the dam. Divers shall guide the bulkhead into the cast in place guides. Dive operations in the lake will require closed spillway Tainter gates and closed conduit sluice gates 144 feet from the dive location. The dive operation must be coordinated and approved with the powerhouse superintendent, USACE water management, USACE Dive Safety, and the COR. The guides begin at elevation 660.0 which is 7 feet below the spillway crest elevation of 667.0. However, elevation 660.0 ft may be as much as 35.0 feet below the water surface.

Placing and removing equipment and components into the gallery will require cranes or hoists on the bridge deck. A shaft leading from the bridge deck to the Operating Gallery is the means of entry for equipment.

Mechanical Description

Hydraulic Cylinders for the Service Sluice Gate in the conduits shall be rehabbed including replacement of seals. Hydraulic Piping shall also be replaced, and the grease lines to the hanger for the Service Gate shall be replaced. Disassembly of the hydraulic cylinder must be performed to gain access to the gate leaf, and all cylinder components must be reinstalled following gate leaf and cylinder rehab. Hydraulic cylinder assembly exterior shall be blasted, cleaned, and painting with the 5-E-Z vinyl coating system.

Piping and Components

Provide pipes and piping components in accordance with ASME B31.1 and subsequent addenda unless otherwise specified or indicated. Use seamless stainless-steel pipes in accordance with ASME B36.19M and ASTM A312/A312M, Grade TP304. “Raise,” “Lower,” and “Pressure” lines shall be Schedule 80. “Return” lines shall be Schedule 40.

Pipe shall be socket welded in accordance with ASME B16.11 and made of stainless steel in accordance with ASTM A182/A182M, Grade F304. Bolted connections and flanges in accordance with ASTM A182/A182M with the grade suitable for the pipe to which attached are permitted. Any alternative pipe connections shall be submitted for approval before installation.

Hydraulic Cylinder

For hydraulic cylinder, provide replacement seals, piston rings, stem seals, gaskets, and packing. Replacement seals shall match existing in accordance with the contract drawings. Piston rings shall be Leaded Tin Bronze UNS C92810. Rubber gaskets shall be synthetic rubber similar to Ameripol or Neoprene. Packing shall be SBR/Cotton rated for temperatures from -40 F to 275 F and for pressures up to 3000 psi. Packing shall be rated by the manufacturer as suitable for oil or water applications.

Structural Description

Structural Repairs

Miscellaneous structural repairs include welding and grinding. Historical documentation shows that the gates seals are worn, therefore all seals on the gate leaves and in the conduit shall be replaced. All repairs identified on steel members shall comply with AWS D1.1/D1.1M.

Gate Seals

The gate leaf shall be removed from the conduit and the contractor shall provide new seal bar assemblies as a direct replacement for the existing assemblies. Material for the seal bars shall adhere to ASTM B139/B139M-12 UNS C52100 Temper H04, while also including the supplementary requirements section of ASTM B249/B249M. Fasteners shall adhere to ASTM F468 UNC C51000 Alloy 510 Phosphor Bronze standards. Screws shall be flat head cap and bolts shall be flat head with rolled threads (per section 4.2.4 of the material specification). Hex nuts to be used shall adhere to ASTM F467 UNC C51000 Alloy 510 Phosphor Bronze. Lock washers shall be ASME B18.21.2M Phosphor Bronze ASTM B159/B159M Copper Alloy No. 510 (UNS C51000).




Attachments/Links
Attachments
Document File Size Access Updated Date
A.02.09 Sources Sought Capabilities Survey.docx (opens in new window)
29 KB
Public
Dec 12, 2022
file uploads

Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 700 W CAPITOL AVE ROOM 7315
  • LITTLE ROCK , AR 72201-3225
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >