Skip to main content

An official website of the United States government

You have 2 new alerts

SOURCES SOUGHT SYNOPSIS: TOW HAULAGE SYSTEM REPLACEMENT, MURRAY LOCK AND DAM, MKARNS

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: Jan 20, 2023 10:00 am CST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 28, 2023
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Little Rock , AR 72207
    USA

Description

SOURCES SOUGHT SYNOPSIS

TOW HAULAGE SYSTEM REPLACEMENT

MURRAY LOCK AND DAM, MKARNS

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 and the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and 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, and 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 February 7, 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 $45M.

The Product Service Code is Z1KA, Maintenance of Dams.

The Magnitude of Construction is between $1M and $5M.

Estimated duration of the project is 365 calendar days.

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

Project Description

The work is to demolish the existing two-winch tow haulage system at Murray Lock and provide a complete operational replacement system (with select components reused or refurbished). The replacement system uses a single loop of 3/4" wire rope from the single rope-on rope-off 50 horsepower electric winch to the kevel bitt and back to the winch with a pulling force of ~10,000 lb. at the kevel bitt (approximately 11,900 lb. at the winch drum) and a maximum kevel bitt speed of approximately 117 feet per minute. The winch operates via an Adjustable Speed Drive (ASD) located in the lock house across the chamber from the winch; the work includes replacing all power, controls, and appurtenant electrical components. The wire rope between the winch and kevel bitt is routed via 10 mounted sheaves approximately 18 inches in pitch diameter (5 sheaves on both parallel rope sections) with a portion of the rope routing via a ~1 foot deep concrete trench to be cut in the lock wall concrete as part of the work. Following installation of the replacement system, training of Government personnel and field testing shall be provided including operational testing using a loaded barge or equivalent alternative and system functional testing.

The work includes demolition of two existing tow haulage electrohydraulic winch units, two existing A-frame crossover sheave towers, existing wire rope, and all power and controls to the above mentioned equipment. Proposed work includes providing one electrically driven tow haulage winch, ASD, all electrical power, sheave assemblies, wire rope, controls, and incidental related work. Work also includes concrete saw cutting and concrete removal for the trench and the refurbishment of the existing kevel bitt.

Existing Items to be demolished:

  1. Downstream hydraulic winch
  2. Upstream hydraulic winch
  3. Downstream sheave A-frame tower
  4. Upstream sheave A-frame tower
  5. Upstream gate shelter control components
  6. Downstream gate shelter control components
  7. Electrical service (conductors and circuit breakers) to upstream and downstream winch
  8. Monolith concrete for cable trench
  9. Downstream winch weather shelter
  10. Existing wire rope
  11. Downstream intermediate handrails

Items to be provided:

  1. Single drum, electric driven, ASD-operated rope-on rope-off winch at upstream location       
  2. Sheave assemblies at wire rope trench, lock wall (multiple locations)
  3. Close-fitting sheave rope groove guard pin assemblies
  4. Sheave Safety Cage Assemblies
  5. Wire Rope and End Terminations
  6. Electrical service to winch assembly (conductors and circuit breakers)
  7. Grating for wire rope trench
  8. Weather shelter for winch drum assembly (if not fully reused)
  9. Upstream intermediate handrails (if not fully reused)
  10. Jib crane for winch motor removal during future flood operations
  11. Upstream gate shelter control components
  12. Downstream gate shelter control components

  

Item(s) to be re-used

  1. Kevel rail
  2. Upstream winch weather shelter
  3. Upstream intermediate handrails
     

Item(s) to be refurbished

  1. Kevel Bitt

Contact Information

Primary Point of Contact

Secondary Point of Contact

History