Sources Sought: LD 2&3 Traveling Mooring Bitt System
NAICS 237990, Small Business Size Standard $45.0 Million
THIS IS NOT A SOLICITATION ANNOUNCEMENT. This invitation for capability statements is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice.
Synopsis: The U.S. Army Corps of Engineers - St. Paul District is seeking capability statements from all firms interested in a proposed design build contract for the design and construction of a new tow haulage system ensuring compatibility across both sites for locks 2 & 3 on the Mississippi river. The purpose of this acquisition is to rehabilitate the tow haulage systems at each lock. The primary function of the tow haulage system, which includes the traveling mooring bitts, is to assist and speed the upstream travel of 1200-foot-long tows through 600-foot-long lock chambers. The systems are located on the upper guidewalls and include rails, rail supports, and end stops, as well as the travelling mooring bitts. The system shall support wind, outdraft, and inertia loads. The purpose of the travelling mooring bitts is to secure the head of an un-powered cut (group of barges) along the upper guide wall while being pulled from the lock chamber by the tow haulage hydraulic winch.
A two‐phase procurement structure will be used, consisting of a Phase I Request for Qualifications (RFQ) and a subsequent Phase II Request for Proposals (RFP). The RFQ will be issued to identify, using the criteria and methodology described therein, a shortlist of qualified and capable design‐build teams that will be invited to submit technical/price proposals for Phase II (RFP portion). The responses to the RFP will be evaluated by the Government to select the design‐build contractor for the project whose proposal provides the best overall value to the Government.
Work under the contract includes:
- Reviewing the Corps’ documentation on the condition of each lock as well as any unique site conditions which may impact the design requirements for that location. Design.
- Designing a tow rail system that will work across each of the two (2) locations with only minor variations for anchoring the system to the guidewalls at each location.
- Fabrication and installation of the tow rail systems at each lock. Work will include replacing any unsatisfactory concrete in the guidewall prior to installation of the new tow rail system. Construction work will be limited to the non-navigation season.
At the conclusion of the two-phase solicitation process the Corps anticipates issuing a single contract for the two (2) locations.
All interested parties are invited to submit capability statements for acquisition planning purposes. The following information is required and must be provided within a 5-page limit:
1) Company name, address, and primary point of contact information;
2) For construction firms looking to act as the prime: A statement of capability including owned marine based equipment to be utilized on this project. Including recent and relevant past performance information for any experience working under all three of the following elements: a.) Construction with Field Work in Below-Freezing Temperatures; b.) Machinery Alignment by Millwrights +/- 1/16”; c.) Construction in Inland Marine Navigation Areas;
3) For AE firms looking to act as the prime: A statement of capability including a short list (no more than five (5)) of previous design build contracts undertaken which were similar in scope and complexity (annotate if the AE firm was the prime, subcontractor, or if the project was done as a joint venture); All examples should demonstrate machinery design experience for movable cranes, hydraulic gates, or movable bridges with a rated capacity of 10 tons or more. Include any design experience with roller bearings, plain bearings, precision machined weldment, and field alignment of machinery components to a tolerance of +/- 1/16 inches or less.
4) For joint ventures (construction/AE): A statement of capability including a short list (no more than five (5)) of previous design build contracts undertaken which were similar in scope and complexity; addressing the experience requirements laid out in # 2 & 3 above;
5) Type of business (e.g. Large Business, Small Business, etc.);
6) Current Government Certifications (e.g. 8(a) certified, 8(a) joint venture, etc.);
7) List Pertinent Codes: NAICS Codes (numbers only) and CAGE code;
8) Bonding capacity
Please submit capability statements by email to Roberta Just, Contract Specialist,
roberta.l.just@usace.army.mil no later than Monday, April 7, 2025.