THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.
This sources sought/RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or 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 RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance.
PURPOSE:
The Government is conducting this RFI/Sources Sought in support of Market Research only to seek potential qualified and interested members of industry in order to determine whether or not a Small Business or other Small Business category set-aside is applicable. No solicitation document is currently available.
MARTINS FORK DAM | BULKHEAD PLACEMENT for MARTINS FORK DAM PERIODIC INSPECTION
Scope of Work: The scope consists of the placement of a bulkhead for the inspection of three (3) sluice gates, and to provide access to U.S Army Corps of Engineers (USACE) personnel to three (3) sluice gate tunnels. The work is located at the Martins Fork Dam located in the community of Smith in Harlan County Kentucky. The work shall consist of removing/returning a single bulkhead from/to the storage location on top of the dam, setting the bulkhead into upstream sluice gate slots and providing access for USACE personnel to/from the sluice gate tunnel located on the downstream face of the dam. The bulkhead placement and personnel tunnel access action shall be repeated three (3) times. The contractor shall supply all supervision, labor, equipment, materials and supplies to perform all work. The work shall be performed in strict accordance with all Federal, State and local laws, regulation and standards, the contract specifications, this statement of work, and identified drawings or attachments. The term Government and USACE will be used interchangeable throughout this document.
Criteria
- Equipment shall be capable of handling a bulkhead and lifting beam with a total weight of 9,000 pound.
- Required safety factors shall be considered when selecting equipment.
- Furthest reach from dam roadway: Approximately 60 feet from the instrumentation box located on the dam roadway to furthest sluice gate.
- Lowest placement point is 80 feet below the elevation of the dam roadway deck surface.
- The total width of equipment shall not exceed 14 feet and 6 inches if the dam road used to perform the work.
- The Contractor shall prevent damage to concrete surface of the roadway on Martins Fork Dam.
- The Contractor shall provide safe access to the three (3) sluice tunnels on the downstream face of the dam.
Work Stages
The inspection process usually requires three (3) days to complete. One (1) day for equipment mobilization, one (1) day for the inspection, and one (1) day for equipment demobilization.
- Contractor mobilizes to work site and prepares equipment for the required work.
- Contractor removes the cover from the bulkhead storage area located on the dam roadway.
- Contractor removes the bulkhead from the storage area and holds the bulkhead for USACE inspection.
- Contractor lowers the bulkhead into the sluice gate slot located on the upstream face of the dam.
- USACE personnel perform inspection of the sluice gates by entering the sluice tunnel on the downstream face of the dam. Contractor shall provide USACE personnel access to the tunnels.
- USACE personnel complete inspection of sluice gate and exits the sluice tunnel. Contractor shall provide USACE personnel access from the sluice tunnels.
- Contractor removes the bulkhead from sluice gate slot.
- Repeat bulkhead placement, USACE personnel access and bulk removal for the two additional sluice gates and sluice tunnels.
- Contractor places the bulkhead and lifting beam back into the storage area and replaces the cover.
- Contractor demobilizes.
3. The equipment meeting the above conditions shall not exceed bridge loading capacities and overhead clearance to transport the equipment to the jobsite.
4. If equipment is used to lower personnel to the sluice gate tunnels, the equipment shall be equipped with an anti-two blocking device.
5. The jobsite is located at Martins Fork Dam at 4951 Hwy 987, Smith, KY 40831 (Harlan County).
6. There shall be at least a 14 day advance notice if a change in schedule occurs by either USACE or the Contractor.
7. Provide for and perform all certifying inspections and tests for critical lifts as required by EM 385-1-1.
8. Government personnel will remove handrailing if required.
9. The equipment is to be delivered and assembled in an area secured by a gate. Access shall be maintained by the Government.
10.Nearest boat ramp access to the lake is approximately 1.5 miles from dam.
Note: In past inspections a Manitowoc Model 222 Lattice boom crawler crane (aka Triple 2) was successfully used. However, all viable alternatives, including non-crane solutions, will be considered.
All work performed shall be in accordance with the current edition of the US Army Corps of Engineers Safety Manual, EM 385-1-1, Federal, State and local laws, regulations and standards.
Personnel
The Contractor shall designate a Site Superintendent and Site Safety and Health Officer for this project (can be the same person). The SSHO shall be at the work site at all times to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor. The SSHO shall meet the minimum EM 385-1-1 training, certifications and experience requirements for the working conditions.
The Contractor shall provide personnel with the appropriate combination of education, training and experience to effectively and safely perform the work required in this document. The Contractor shall not allow any employee that is not certified and trained for a particular task to perform such work. The Contractor, at their own expense, shall provide and maintain all qualifications and certifications required to perform the requirements of this document.
Government Furnished Property
- The Government will make a staging area available to the Contractor.
- The Government has a personnel lift basket available for use by the Contractor.
Delivery
Delivery shall be required. The delivery date is flexible, the Contractor shall propose a delivery date (between August 18, 2025 – September 30, 2025), in their response to this solicitation. The actual delivery date shall be coordinated with USACE. There shall be at least a 14 day advance notice if a change in schedule occurs by either USACE or the Contractor. The Contractor will be responsible for all labor, materials and expenses required to deliver and operate all the items to the designated location.
Delivery and jobsite located at- Martins Fork Dam at 4951 Hwy 987, Smith, KY 40831 (Harlan County).
Note: Hwy 987 between Cawood, KY and Smith, KY has a railroad overpass bridge that restricts vehicle width and height. Delivery hours will be limited to Monday through Friday during daylight hours unless prior approval has been received from the Resource Managers Office, 5965 Hwy 987, Smith, KY 40831.
Please see attached Performance Work Statement (PWS) for more information, including exhibits and photographs.
SURVEY:
The Government is issuing this notice to determine a competitive basis. This is NOT a solicitation, and the items listed herein are subject to change or elimination from the requirement. Respondents interested in providing a response to this Sources Sought/RFI should submit information which clearly describes the following:
Note: Only contractors capable of supplying this type of procurement should respond to this survey.
A. Name of your firm, address, points of contact with telephone numbers and e-mail addresses and CAGE code and or Unique Entity Identifier.
B. 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)?
C. Are you able to deliver the described items above and do you have the capacity to perform the work?
D. Please provide a Statement of Capability stating your skills, experience, and knowledge required to perform the specified type of work. Include a statement detailing any special qualifications and certifications applicable to the scope of this project.
E. Please describe any recent contracts or experience within the previous 36 months that are similar to this requirement.
F. If this requirement is advertised, do you anticipate submitting a quote?
RESPONSES:
Please submit your response no later than 01:00 PM Central Time on Thursday, 29 May 2025 via email to Jori.L.Cox@usace.army.mil