McAlpine Lock and Dam Life Safety Sign Replacement
ID: W912QR-Q-24-0115Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the McAlpine Lock and Dam Life Safety Sign Replacement project, which is set aside exclusively for small businesses. The contractor will be responsible for the installation of new life safety signs at designated locations, with the government providing the signs and the contractor supplying all necessary personnel, equipment, and materials. This project is critical for ensuring safety compliance and operational integrity at the dam, which plays a vital role in waterway management. Quotes are due by September 10, 2024, at 2:00 PM Eastern Time, and interested contractors should direct inquiries to Reginald Alexander at reginald.alexander@usace.army.mil or John Butts at john.c.butts@usace.army.mil. A site visit is scheduled for August 29, 2024, to allow contractors to assess site conditions prior to proposal submission.

    Files
    Title
    Posted
    The McAlpine L&D Site Map document serves as a detailed geographical representation of the McAlpine Lock and Dam area, utilizing imagery from Landsat and Copernicus satellites. It features significant landmarks, including signs located on the river side of the lock wall, which may be crucial for navigation and management purposes. The scale provided (4000 ft) indicates the map’s detailed nature and emphasizes the spatial relationship of various elements within the site. This document likely aims to support proposals related to federal grants or RFPs, ensuring that stakeholders have visual and contextual resources necessary for project development and decision-making. Overall, it contributes to informed planning and operational strategies surrounding the McAlpine L&D site.
    The document pertains to the McAlpine L&D Upper Dam, specifically indicating its dimensions (700 ft) and its geographical coordinates. It references imagery sources from Landsat and Copernicus, suggesting monitoring and analysis of the dam's condition or environment via satellite. While the excerpt is limited in detail, it presumably serves as part of a broader proposal or informational material related to federal RFPs or grants involving infrastructure assessment or environmental impact studies. The mention of specific imaging sources implies an emphasis on data-driven evaluations, possibly aimed at ensuring compliance with safety and regulatory standards for dam operations and maintenance. The document lays the groundwork for potential project proposals that may involve monitoring, maintenance, or upgrades to the dam's structure.
    The document outlines safety signage requirements for the McAlpine L&D Locks, detailing the installation of one 'Restricted Sign' and one 'Danger Sign' in two locations along the structure. The file appears to connect imagery from Landsat/Copernicus with the maintenance of these signs to ensure safety compliance. Spanning 1000 feet, the area requires clear communication of risks to prevent unauthorized access and ensure public safety. The concise presentation of key visuals and safety requirements suggests adherence to federal and local safety regulations, which is central to maintaining operational integrity in government-managed areas. The focus on signage underlines the significance of risk awareness in public infrastructure management.
    The document pertains to the reconstruction plans for the Louisville Locks and Dam, specifically focusing on the Main Lock and the associated design details for its North Wall. It includes engineering drawings and specifications provided by the U.S. Army Corps of Engineers, detailing elevations, structural elements, and design notes vital for the construction process. Key features are defined, including various elevation levels, gutter designs, and monolithic structures within the framework, ensuring proper water flow and structural integrity. The document serves as a technical guide for contractors engaged in the reconstruction project, outlining essential parameters that must be adhered to for compliance with federal standards. The efforts underline the Corps of Engineers' commitment to maintain and improve waterway infrastructure while emphasizing the importance of precision in engineering tasks within federal projects.
    The document outlines essential safety signage for a designated area, highlighting the placement and adjustments needed for different types of warning signs. It specifies the necessity to relocate certain restricted signs from within brackets to outside to enhance visibility. The signs needed adjustments, such as moving the bottom brackets outward, to improve their effectiveness. It also includes technical drawings depicting top views and extrusions for the signs, ensuring clear guidelines for sign installation. Overall, the document emphasizes compliance with safety regulations by ensuring appropriate visibility and positioning of danger signs, crucial for maintaining safety standards in public or restricted areas.
    The document outlines a Quality Control Plan (QCP) designed to ensure compliance with contract specifications in government contracts. Key components include thorough training for employees on contract requirements, a checklist system for task completion, and the designation of a Quality Control Inspector (QCI) responsible for inspecting work to meet specified standards. Inspections will include random sampling and complete reviews of unusual or critical tasks, maintaining a zero-tolerance policy for deficiencies. Any identified deficiencies trigger immediate corrective actions by the QCI, who will document these incidents in a daily Quality Control Inspection Report. This report will be submitted to the Corps of Engineers promptly. Additionally, if a Contract Discrepancy Report (CDR) is issued, the contractor must promptly review it with the QCI and meet with relevant personnel to address causes and prevent reoccurrence, documenting the actions taken. The QCP emphasizes accountability, continuous improvement, and strict adherence to specifications, reflecting a commitment to maintain high operational standards in federal project execution within RFP and grant frameworks.
    The Accident Prevention Plan (APP) Outline provides a comprehensive framework for safety and health policies tailored to specific projects in compliance with EM 385-1-1. It mandates that each APP be customized to address unique aspects of the job while integrating with the overall safety and health program of the employer. Key components include a signature sheet from qualified personnel, background information (contractor details, project description), and a statement of the company's safety and health policy. It emphasizes clear responsibility for safety at both corporate and project levels, training requirements for staff, daily safety inspections, and protocols for accident reporting. The document also outlines necessary safety procedures like emergency response, hazardous substance handling, and personal protective equipment guidelines. For limited-scope contracts, an abbreviated APP can be submitted, focusing on essential safety elements while ensuring adequate communication and safety measures are in place. This plan serves to ensure a safe work environment, enhancing compliance and risk management in alignment with federal and local safety regulations.
    The document appears to be inaccessible as it does not contain any readable content. It is a prompt related to a PDF viewer issue, suggesting updates for Adobe Reader without providing relevant details on federal government RFPs, federal grants, or state/local RFPs. Given the lack of actionable content or key information, a comprehensive analysis and summary cannot be generated based on this material. For effective summarization, the file needs to explicitly contain data or insights related to government initiatives or requests for proposals. Thus, further review may be required once the correct document is obtained.
    The document outlines a Request for Proposal (RFP) for the McAlpine Lock and Dam Life Safety Sign Replacement project under solicitation number W912QR24Q0115. The project involves the removal of existing life safety signs and the installation of new ones, with the government providing the signs while the contractor is responsible for all personnel and equipment required for installation. The contract emphasizes compliance with federal, state, and local regulations, requiring the contractor to submit a work plan and adhere to specific timelines, including a completion period of 90 days after award. Key details include the project being 100% set aside for small businesses, with a NAICS code of 561210 and a size standard of $47 million. Quotes must be submitted electronically by September 10, 2024, and any inquiries should be directed to Project Points of Contact. The solicitation also emphasizes safety requirements, environmental compliance, and the necessity for contractors to be registered with the System for Award Management (SAM). The document establishes clear roles, responsibilities, and regulatory adherence that potential contractors must follow to successfully execute the project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Waterway Sign Install at Meldahl Locks and Dam with an Option of Install at Greenup Locks and Dam.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the installation of waterway signs at Meldahl Locks and Dam, with an option for installation at Greenup Locks and Dam. The procurement involves structural steel and precast concrete work, which is crucial for enhancing navigational safety and operational efficiency in these waterways. The solicitation has undergone amendments, with the latest revision setting the closing date for submissions to 5:00 PM EST on September 18, 2024. Interested contractors can reach out to Travis Daugherty at travis.r.daugherty@usace.army.mil or by phone at 304-399-5228 for further details.
    Life Safety Sign Installation at JT Myers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the installation of life safety signs at the JT Myers Lock and Dam in Mount Vernon, Indiana. The contractor will be responsible for providing all necessary personnel, equipment, materials, and incidentals to install the signs, with a strong emphasis on safety and compliance with federal, state, and local regulations. This project is crucial for maintaining safety standards at the facility and is set aside exclusively for small businesses under NAICS Code 541990, with a contract award based on the lowest price. Quotes are due by September 20, 2024, and interested contractors are encouraged to attend a site visit on September 11, 2024, to assess project complexities. For further inquiries, contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or by phone at 502-315-6463.
    McAlpine Ramp Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the McAlpine Ramp Repair project at the McAlpine Lock and Dam in Louisville, Kentucky. The project entails the removal of existing concrete ramps and the installation of new concrete ramps, with a focus on improving infrastructure and ensuring better access to the lock wall. This opportunity is set aside 100% for small businesses, with an estimated construction cost ranging from $100,000 to $250,000, and requires compliance with safety and environmental regulations. Interested contractors must submit their proposals by September 19, 2024, at 11:00 AM ET, and can direct inquiries to Amber Drones at amber.l.drones@usace.army.mil or Andrew Fleming at andrew.j.fleming@usace.army.mil.
    Green River Lock and Dam 1 Miter Gate Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the repair of the Green River Lock and Dam 1 miter gates in Reed, Kentucky. This project aims to restore the functionality and safety of critical hydraulic structures, with an estimated cost range between $1,000,000 and $5,000,000. Contractors are required to adhere to specific construction methods, safety regulations, and environmental protection policies, while also ensuring compliance with binding rates from their existing contracts. Proposals are due by 10:00 AM Eastern Time on September 20, 2024, following a mandatory site visit on September 12, 2024. Interested parties should contact Maxwell Williams at maxwell.s.williams@usace.army.mil for further details.
    Smithland Locks and Dam River Chamber Machinery Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Smithland Locks and Dam River Chamber Machinery located in Brookport, IL. This project requires contractors to perform a range of services including site surveys, construction, maintenance, and the refurbishment of sector gear assemblies, with a strong emphasis on safety and compliance with environmental regulations, particularly regarding lead-based paint removal. The initiative is part of the federal commitment to infrastructure improvement, funded by the Bipartisan Infrastructure Law, and aims to ensure the operational integrity of critical facilities within the Great Lakes and Ohio River Division. Interested contractors must submit their proposals by September 16, 2024, with a price range between $500,000 and $1,000,000, and can contact Andrew Fleming at andrew.j.fleming@usace.army.mil or 502-315-7036 for further information.
    Replace Interlock Control Systems at Maxwell Locks & Dams
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Pittsburgh District, is seeking a contractor to replace the interlock control systems at Maxwell Locks and Dams located in East Millsboro, Pennsylvania. The project entails the procurement and installation of a new valve interlock control system that complies with the Inland Marine Transportation System (IMTS) Minimum Interlock Control Standard, including the installation of cables, limit switches, control panels, and necessary hydraulic equipment. This construction is critical for ensuring the operational safety and efficiency of the lock and dam facilities, which are staffed year-round by government personnel. The contract, valued between $1 million and $5 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to be awarded as a Firm-Fixed-Price contract, with bids due following the issuance of the Invitation for Bid on or about September 23, 2024. Interested bidders should contact Michael Boyd at michael.w.boyd@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further details.
    LMA RSW Replacement Fender
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of two new marine leg fenders to replace damaged fenders at the Lower Monumental Lock and Dam in Washington. The procurement requires compliance with specific technical specifications to ensure the fenders' durability and performance under challenging conditions, including UV exposure and extreme temperatures, with detailed requirements regarding dimensions, material tensile strength, and energy absorption characteristics. This project is critical for maintaining the integrity of the dam's infrastructure and ensuring effective water management systems. Interested contractors must submit their proposals by 11:00 AM on September 20, 2024, and should contact Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further information.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for a construction project at William H. Harsha Lake in Batavia, Ohio, aimed at re-establishing the ditch line in the Emergency Spillway. Contractors are required to provide all necessary personnel, equipment, and materials to remove concrete gutters and restore drainage, ensuring compliance with federal, state, and local regulations. This project is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000, exclusively set aside for small businesses under NAICS code 237990. Quotes are due by September 20, 2024, and interested parties should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or John Butts at john.c.butts@usace.army.mil for further information.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for a project to re-establish the ditch line in the Emergency Spillway at William H. Harsha Lake in Batavia, Ohio. The contractor will be responsible for removing concrete gutters, establishing access roads, and ensuring compliance with all federal, state, and local regulations, with the project expected to be completed within 30 days following the Notice to Proceed. This procurement is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000. Interested parties are encouraged to attend a mandatory site visit on September 9, 2024, at 9:00 AM ET, and should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.