Pennsylvania Bids > Bid Detail

REQUEST FOR INFORMATION (RFI) - Dashields Lower Pool Boat Mooring Area Repair

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 19 - Ships, Small Craft, Pontoons, and Floating Docks
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159289963744708
Posted Date: Feb 8, 2023
Due Date: Feb 17, 2023
Solicitation No: W911WN23RFI-DASHIELDSLPBMAR
Source: https://sam.gov/opp/1fe5a4daec...
Follow
REQUEST FOR INFORMATION (RFI) - Dashields Lower Pool Boat Mooring Area Repair
Active
Contract Opportunity
Notice ID
W911WN23RFI-DASHIELDSLPBMAR
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: Feb 08, 2023 11:22 am EST
  • Original Response Date: Feb 17, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Coraopolis , PA 15108
    USA
Description

REQUEST FOR INFORMATION, DASHIELDS LOWER BOAT MOORING



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 that can design and install a slide based mooring system at the rear face of the existing lower guide wall (LGW).



2. Questions regarding this announcement shall be directed to Connie Ferguson, Contract Specialist, via e-mail at Connie.L.Ferguson@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 relocate the existing boat slip downstream to the landward side of the LGW at Dashields Lock and Dam. The Lower Pool Workboat Mooring Area will consist of an anchored sheet pile wall constructed between the LGW and existing parking area, as shown in attached drawing RFI – Planned Contractor Work Limits, to allow limited underwater excavation to create draft and a footprint for the boat to be safely moored.



Current identified features of work required to provide a workboat mooring location in the lower pool on the landward side of the LGW:




  1. Erosion and sediment controls consistent with the magnitude and scope of projects involving work on a waterway.

  2. Removal and salvage, including stockpiling and replacement, of existing riprap slope protection along the riverbank.

  3. Sheet pile driving parallel to an existing lock wall with active river navigation.

  4. Installation of post-tensioned multi-strand tie-back anchors.

    • Drilling and casing inclined boreholes through soil and bedrock.

    • Watertightness testing and grouting.

    • Connection of anchor to sheet pile wall structure.

    • Anchor post-tensioning including proof and performance testing.



  5. Underwater excavation and disposal of excavated materials.

  6. General earthwork including excavation and slope grading.

  7. Limited mechanical demolition of concrete rubble and large diameter rock to facilitate construction.

  8. Design and installation of a variable height, slide based mooring system to be installed at the rear face of the existing concrete lower guide wall.

  9. Removal, replacement, modification, and new construction of security fencing on various mounting surfaces.

  10. Removal and replacement of guiderail.



5. Responses to this RFI are requested no later than 17 February 2023 via e-mail to Connie Ferguson, Contract Specialist, at Connie.L.Ferguson@usace.army.mil .



6. Reference drawings for this RFI are provided as Attachments.



7. Questions:




  1. How large of a laydown area will be needed?

  2. What is the recommended approach to performing the work: from land or floating work plant?

  3. Is site access via land/road a constraint for equipment and material?

  4. Is it more cost effective to complete the project from land if material deliveries can be coordinated via river?

  5. Can the project be completed from land if material deliveries can be coordinated via river?

  6. What are the anticipated impacts to the lock chamber? Would there be major impacts to navigation operations during construction?

  7. What are other constraints to perform the work: access, equipment, personnel, materials, other?



8. Interested Sources:



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 should 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
  • Feb 08, 2023 11:22 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 >