Expansion Joint Repairs

expired opportunity(Expired)
From: Federal Government(Federal)
W912P518T002601

Basic Details

started - 21 Jun, 2018 (about 5 years ago)

Start Date

21 Jun, 2018 (about 5 years ago)
due - 22 May, 2018 (about 6 years ago)

Due Date

22 May, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
W912P518T002601

Identifier

W912P518T002601
Department of the Army

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)USACE (38243)LRD (5579)US ARMY ENGINEER DISTRICT NASHVILLE (819)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources Sought Notice for Cordell Hull Lock, Expansion Joint RepairsNAICS- 238290 Other Building Equipment ContractorsSynopsis:THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ) OR A REQUEST FOR PROPOSAL (RFP). THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. IN ADDITION, RESPONDENTS ARE ADVISED THAT THE UNITED STATES GOVERNMENT IS UNDER NO OBLIGATION TO PAY FOR ANY INFORMATION OR ADMINISTRATIVE COST INCURRED IN RESPONSE TO THIS SOURCES SOUGHT. AT THIS TIME, PROPRIETARY INFORMATION IS NOT BEING REQUESTED, AND RESPONDENTS SHALL REFRAIN FROM PROVIDING PROPRIETARY INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT. THE SCOPE OF WORK AND/OR PLANS AND TECHNICAL SPECIFICATIONS FOR THIS REQUIREMENT WILL ONLY BE AVAILABLE UPON SOLICITATION ISSUANCE.PURPOSE:The U.S. Army Corps of Engineers, Nashville District is conducting this Sources Sought
in support of Market Research to notify and seek potential qualified members of industry to gain knowledge of capabilities, interest, and qualification; to include the Small Business Community, to purchase Expansion Joint repairs for Cordell Hull Lock. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The type of solicitation to be issued will depend upon the responses to this sources sought. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of set-aside decision to be issued will depend upon the responses to this sources sought. Only contractors capable of performing this type of work should respond.NO SOLICITATION EXISTS AT THIS TIME.DESCRIPTION OF REQUIRED ITEMS:This Market Research/Sources Sought Notice is for information on the availability and capability of potential Contractors to repair expansion joints with the following minimum characteristics:  U.S. ARMY CORPS OF ENGINEERS (USACE)NASHVILLE DISTRICTCORDELL HULL LOCKEXPANSION JOINT REPAIRS1.1 GENERAL DESCRIPTIONThe work requires the Contractor to repair approximately 550 linear feet of expansion joint sealant at the Cordell Hull Lock.1.1.1 The Contractor shall perform all work in dry weather conditions and when the expansion joints are at the mid-range of its anticipated movement, generally during mid-to-late spring. All materials shall be stored, handled, and applied in accordance with the manufacturer's instructions. The Contractor shall not use any materials that are past their shelf life.1.1.2 The Contractor is responsible for scheduling and providing all materials, labor, transportation, and equipment to perform the repairs.1.1.3 The Contractor shall mobilize and set-up equipment to perform the work activities.1.1.4 The Contractor shall clean-out all failed expansion joints using power tools to remove existing material and to prep the concrete joint sides. The concrete shall be abrasive-blasted to remove remaining sealants and coatings and to thoroughly clean and abrade the concrete. A containment system shall be employed by the Contractor to minimize dust and debris, and all removed material shall be swept and vacuumed to clean the area. All removed materials shall be removed from the project and properly disposed of at the Contractor's expense.1.1.5 Install 1-½" backer rod into the expansion joints to a depth of ½".1.1.6 The Contractor shall take precautions to prevent areas where sealant is not to be applied by taping-off all joints and areas to be treated. Taping shall be applied in straight lines both parallel and perpendicular to the treated areas, in a manner where the new materials will not seep under the taped areas.1.1.7 The Contractor shall provide brand name or equal materials as specified herein. To be considered equal, alternate material proposed shall meet the salient characteristics and specifications provided below. The Contractor shall submit catalog cut documentation with their price quote. If an alternate is proposed, the Government shall make the comparison to verify that it is equal to the brand name and material specified and that it can meet the specifications included herein. Information provided in the catalog cuts shall be complete and of the level of detail to allow the Government to make the comparison. The Contractor shall not deliver equipment prior to the Government's approval.1.1.8 Apply Belzona 2911 QD conditioner, or approved equal, to the prepared surfaces, in accordance with the manufacturer's application instructions.1.1.9 QD Conditioner Salient Characteristics: The conditioner must be compatible with the elastomeric sealant products, and be touch-dry within 30 minutes of application.1.1.10 Apply Belzona 2211 Hi-Build elastomer, or approved equal, to the prepared surfaces, at ½" wide by ¼" depth, in accordance with the manufacturer's application instructions.1.1.11 Apply Belzona 2221 MP-Fluid elastomer, or approved equal, to the prepared surfaces, at ½" wide by ¼" depth, in accordance with the manufacturer's application instructions.1.1.12 Elastomer Material Salient Characteristics: The elastomer sealing materials shall be tested in accordance with ASTM D-412, be solvent-free, designed for placement in expansion joints, have a minimum application temperature between 40F and 45F, a maximum application temperature between 100F and 105F, designed to operate between -40F and 150F, and have a joint movement capability of +/- 25%.1.1.13 The Contractor shall clean-up and demobilize.1.2 PERFORMANCE1.2.1 All work and deliveries shall occur Monday through Thursday between the hours of 7:00 AM to 4:30 PM (Central Time Zone).1.2.2 Work and deliveries shall not occur on any federal holidays.1.3 PERMITS AND LICENSES1.3.1 The Contractor shall, at his/her own expense, obtain any licenses, permits or bonding required to perform the contract.1.4 SUBMITTALSThe Contractor shall provide a submittal package, as specified below, to the Contracting Officer's Representative (COR). The Contractor shall allow up to 14 calendar days for the COR to review and approve (or reject) the submittal package. The Contractor shall revise and resubmit any rejected submittals until they have been approved by the COR.1.4.1 Accident Prevention Plan (APP): The Contractor shall prepare and submit an APP as required by the (2014) U.S. Army Corps of Engineers EM 385-1-1 Safety and Health Requirements Manual. The Contractor shall not mobilize until this submittal has been approved by the COR.1.4.2 Activity Hazard Analysis (AHA): The Contractor shall prepare and submit an AHA as required by the (2014) U.S. Army Corps of Engineers EM 385-1-1 Safety and Health Requirements Manual. The Contractor shall not mobilize until this submittal has been approved by the COR.1.4.3 Product Data Sheets: The Contractor shall submit product data sheets, including MSDS sheets, for all materials. The Contractor shall not order any materials until these submittals have been approved by the COR.1.5 DELIVERY, POINT OF CONTACT & INVOICING1.5.1 The project site is located at: Cordell Hull Lock, 24 Cordell Hull Park Lane (off-of Horseshoe Bend Road), Elmwood, TN 38560. Invoicing shall be addressed to: Cordell Hull Power Plant Superintendent, 150 Corps Lane. Carthage, TN 37030.1.6 SECURITY AND CONDUCT1.6.1 Project Site Security Requirements: All contractor and associated sub-contractor employees shall comply with all applicable project and local security policies and procedures (provided by the district representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by the District Security Management Office. Contractor workforce must comply with all personal identity verification requirements (FAR Clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes.1.6.2 Background Investigation Requirements: Since the work is being done within a controlled area but is expected to last less than six months, the investigation requirements fall under Category B1 for US Citizens and Category C for Foreign Nationals. Contract employees will need to be supervised/ escorted by a Corps employee while within the restricted area. In the event it is determined the contract will extend beyond six months, the contractor will need to comply with the requirements in Category B2 for US Citizens. Guidance and forms for the requirements are available on the Nashville District Public Website:http://www.lrn.usace.army.mil/BusinessWithUs/ContractSecurityRequirements.aspx.All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas.1.6.3 Pre-screen using E-verify: The Contractor must pre-screen potential employees to work on this contract using the E-verify Program (http:www.uscis.gov/e-verify) website to meet the established eligibility requirements. The Contractor must ensure that the employee has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible contract employees must be provided to the COR no later than 3 business days after the initial contract award.1.6.4 CONDUCT OF CONTRACT EMPLOYEES: All contract employees and subcontractors shall conduct themselves in a proper manner at all times. No alcoholic or intoxicating beverages or substances or illegal drugs or controlled substances not prescribed by a physician shall be possessed, consumed, or be under the influence of any such substance while on Government property.The Contractor shall remove from the site any individual whose continued employment is deemed by the appointed receiving agent to be contrary to the public interest or inconsistent with the best interests of the U.S. Army Corps of Engineers.The Contracting Officer or the appointed receiving agent will require the Contractor to immediately remove from the work site anyone who is incompetent or who endangers persons or property or whose physical or mental condition is such that it would impair the employee's ability to satisfactorily perform the work. Notification to the Contractor will be made in writing if time and circumstances permit. Otherwise, notification will be verbal and will be confirmed in writing as soon as possible. No such removal, however, will reduce the Contractor's obligation to perform all work required under this contract and immediate replacement shall be made as required.The Contractor is responsible for taking the action necessary to protect Contractor supplies, materials and equipment, and the personal property of Contractor employees from loss, damage or theft. The Government assumes no responsibility for theft, damage, etc., of the above. All incidents of theft (or suspected theft) of contractor materials, supplies, or equipment from project lands shall be reported to the COR.The contractor will be responsible for all expenses required to deliver the items as described above at the designated location. Office hours will be from 0730 - 1600 hours Monday through Friday (closed on Federal Holidays) unless prior approval has been received from the Resource Managers Office.GENERAL INFORMATION:The proposed project will be Firm Fixed Price contract.The anticipated North American Classification Systems (NAICS) is 238290 Other Building Equipment Contractors with a small business size standard of $15 Million.RESPONSES SHOULD INCLUDE:1. Name of your firm:2. CAGE:3. Point of Contact, Phone number and EMAIL address:4. Are you capable of providing the above requirement?5. Please list a Federal or non-Federal contracts successfully completed, similar to the above referenced type of work:a. Contract number:b. Year Completed:c. Dollar Amount:d. General Description of project:6. Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?7. Would you be interested in quoting this work if it were solicited?8. Provide up to three recommendations from previous customers where the materials you are proposing to use for this project have been in service for at least 2 full years.9. Please include any pictures showing examples of your workmanship.10. Please provide any additional information you feel is necessary:11. Have you ever been awarded a contract to repair approximately 550 linear feet of expansion joint sealant? That includes cleaning out failed expansion joints, installing new backer rod, conditioner, and elastomer. If so, provide some specific examples.12. Do you have experience with abrasive blasting, erecting a containment system to minimize dust and debris, and proper disposal? If so, provide some specific examples.13. Are there any products that are considered equal to Belzona 2911 QD conditioner, i.e. compatible with the elastomeric sealant products and be touch-dry within 30 minutes of application? If so please reply with specific examples and supporting documentation.14. Are there any products that are considered equal to Belzona 2211Hi-Build elastomer and 2221 MP-Fluid elastomer, i.e. solvent-free, designed for placement in expansion joints, have a minimum application temperature between 40F and 45F, a maximum application temperature between 100F and 105F, designed to operate between -40F and 150F, and have a joint movement capability of +/- 25%? If so please reply with specific examples and supporting documentation.15. Do you have experience preparing Accident Prevention Plans and Activity Hazard Analysis' on US Army Corps of Engineer contracts?16. Do you have experience with the security requirements included in the specifications / Scope of Work?RESPONSES:Receipt of responses shall be no later than 4 April 2018 by 11:00 AM Central Standard Time. Responses to this sources sought may be sent to the attention of Fannie Robertson or Fannie.M.Robertson@usace.army.mil.DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIALDATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVINGRESPONSES TO THIS NOTICE.All of the above must be submitted in sufficient detail for a decision to be made on availability of 8(a), HUBZone certified, service disabled veteran owned, woman owned, or small business concerns. Failure to submit all information requested will result in a contractor being considered not interested in this potential procurement. A decision on whether this procurement will be pursued as an 8(a), HUBZone certified, service disabled veteran owned, woman owned, or small business set-aside or on an unrestricted basis as full and open competition will be made following the due date and posted as a separate announcement on the Federal Business Opportunities website (www.fbo.gov)CODE OF FEDERAL REGULATIONS (CFR): The size of small business firms includes all parents, subsidiaries, affiliates, etc. Refer to 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be registered in the System for Award Management (SAM) at www.sam.gov

Cordell Hull Lock, 24 Cordell Hull Park Lane (off-of Horseshoe Bend Road) Elmwood, Tennessee 38560 United StatesLocation

Place Of Performance : Cordell Hull Lock, 24 Cordell Hull Park Lane (off-of Horseshoe Bend Road)

Country : United States

You may also like

SD DC BOOTH NFH GARAGE DOOR REPAIR

Due: 30 Sep, 2024 (in 4 months)Agency: U.S. FISH AND WILDLIFE SERVICE

Classification

238 -- Specialty Trade Contractors/238290 -- Other Building Equipment Contractors
naicsCode 238290Other Building Equipment Contractors
pscCode JMAINT, REPAIR, REBUILD EQUIPMENT