Pennsylvania Bids > Bid Detail

REQUEST FOR INFORMATION (RFI) - Monongahela Locks & Dam No. 3 Decommissioning

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159274574952962
Posted Date: Mar 2, 2023
Due Date: Mar 13, 2023
Solicitation No: W911WN23RFI-MONONGAHELALD3D
Source: https://sam.gov/opp/cb74e7f62e...
Follow
REQUEST FOR INFORMATION (RFI) - Monongahela Locks & Dam No. 3 Decommissioning
Active
Contract Opportunity
Notice ID
W911WN23RFI-MONONGAHELALD3D
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT PITTSBURG
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 02, 2023 10:50 am EST
  • Original Response Date: Mar 13, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Elizabeth , PA 15037
    USA
Description

REQUEST FOR INFORMATION, MONONGAHELA LOCKS & DAM NO. 3 DECOMMISSIONING





1. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Furthermore, USACE Pittsburgh District is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that USACE Pittsburgh District will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP or Invitation for Bid (IFB), if any is issued. If a solicitation is released, it will be synopsized and solicited on the SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.



This RFI does not commit the government to contract for any supply or service whatsoever. USACE Pittsburgh District reserves the right to accept, reject, or use without obligation or compensation any information submitted in response to this RFI. Information clearly identified as proprietary will be treated as such. USACE Pittsburgh District will not pay for any information or administrative cost incurred in response to this RFI.



2. USACE Pittsburgh District is seeking information that may result in creating: new methods; new applications of existing methods; and/or improvements in the accuracy of existing methods. USACE Pittsburgh District is also soliciting information to determine the availability of capable contractors/facilities that can process approximately 31,000 CY concrete debris from the removal of the dam, middle, and river walls at Monongahela River Locks & Dam No. 3.



3. Questions regarding this announcement shall be directed to Erica L. Mullen, Contract Specialist, via e-mail at Erica.L.Mullen@usace.army.mil .



4. Scope of work:



The U.S. Army Corps of Engineers, Pittsburgh District, is seeking information to assist in creating contract documents to process approximately 31,000 CY of concrete debris from the removal of the dam, middle, and river walls at Monongahela River Locks & Dam No. 3 for the creation of R-6 riprap and preplaced aggregate concrete. Approximately 27,500 CY of concrete will need to be processed to the R-6 gradation and 3,500 CY to the preplaced aggregate gradation, as described here. The R-6 riprap composed of processed concrete rubble will have a top size of 24” in diameter and a bottom size of 6” and will meet the gradation requirements of 100% passing 24”, 15-50% passing 12” and 0-15% passing 6”. The processed concrete rubble aggregate to be used in the preplaced aggregate concrete will range from 6” to ¾” and will meet the gradation requirements of 80-100% passing 6”, 40-65% passing 4”, 15-40% passing 3” and 0-15% passing ¾”. Depending on the response to this request for information, offering Contractors may have the option to use the government dredging disposal site (Victory Hollow), 10.7 river miles upstream of Mon 3, for the processing and stockpiling efforts. An air quality permit will be required for the concrete processing operations if the proposed equipment is outside of the allowable limits for Pennsylvania’s air quality standards. This air quality permit may take up to one year to obtain and may influence the advertisement and award dates for the Locks and Dam 3 removal contract.



A primary purpose for this list of questions is to determine when the contract for the removal of Locks and Dam 3 should be advertised and awarded. If a contractor elects to use Victory Hollow as their preferred site to process concrete material, the Pennsylvania Department of Environmental Protection (PADEP) requires the attached Request for Determination (RFD) of Changes of Minor Significance and Exemption from Plan Approval/Operating Permit form be submitted as the first step in determining whether or not an air quality permit is required for the concrete crushing operation. Information required for completion of the form includes the anticipated emissions from the concrete processing operation. If, after submittal of the RFD form, PADEP determines that the concrete processing operation and equipment exceeds allowable air quality threshold limits, an air quality permit will be required, which will be the Contractor’s responsibility to procure. Again, the permit may take up to one year to obtain.



5. Responses to this RFI are requested no later than 13 March 2023 via e-mail to Erica L. Mullen, Contract Specialist, at Erica.L.Mullen@usace.army.mil .



6. Reference photo for this RFI is provided as Attachment.



7. Questions:



1. Based on a 3-year period of performance, what equipment will be required to perform the processing (i.e., offloading, crushing, screening, and stockpiling) of the concrete debris material? How many of each piece of equipment will be operating at one time and for what time period?

2. What configuration would you most likely use for the equipment and how much space will be needed to support this configuration?

3. Would your company elect to use Victory Hollow for the processing operations or find an alternative facility for these efforts?

4. If Victory Hollow is not selected for use, is there an alternative, properly permitted location available/identified to support this activity?

5. Has your company performed this type of work before? If so, does the period of performance seem reasonable for the quantity of material to be processed?

6. Is there an alternative process to crushing and screening the government should consider for resizing of the concrete debris material?

7. Has your company completed a PADEP RFD for a similar activity in the past? If so, how long did it take to receive a decision from PADEP from initiation of the form to determination of need for an air quality permit? If it was determined an air quality permit was required, how long did it take from receiving the determination to obtaining the air quality permit?



8. Interested sources should provide in their reply the follow information:



1. Company/firm name and address

2. Company/firm point of contact, telephone number and email address

3. Company/firm cage code

4. Company/firm business size, to include designation as large business, small business, HUBZone, 8(a), Services Disabled Veteran Owned Small Business, Small Disadvantaged Business or Women-Owned Business.

5. All interested contractors may submit a narrative demonstrating their specialized experience in similar type contracts and past performance. Capability statements should include, bonding capacity, bonding availability, details of similar projects and the completion dates, and contract amounts for the similar projects listed.


Attachments/Links
Contact Information
Contracting Office Address
  • WILLIAM S MOORHEAD FEDERAL BUILDING 1000 LIBERTY AVE
  • PITTSBURGH , PA 15222-4198
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 02, 2023 10:50 am ESTSpecial Notice (Original)

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 >