Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2008 FBO #2316
SOLICITATION NOTICE

Z -- LITTLE CALUMET RIVER, PUMP STATION REHABILITATIONS, AT FOREST AVENUE AND TAPPER AVENUE, HAMMOND, INDIANA

Notice Date
3/28/2008
 
Notice Type
Solicitation Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US Army Corps of Engineers, Chicago, 111 N. Canal, Suite 600, Chicago, IL 60606
 
ZIP Code
60606
 
Solicitation Number
W912P6-08-R-0001
 
Response Due
4/15/2008
 
Archive Date
6/14/2008
 
Point of Contact
arsimpkins, 312-846-5372
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Chicago
(anita.r.simpkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
By way of this Announcement, the Chicago District Corps of Engineers issues a Pre-solicitation Notice for its LITTLE CALUMET RIVER, HAMMOND INDIANA project. The Contractor will be required to provide all necessary facilities, plants, labor, transpor tation, materials and equipment to work at the FOREST AVEUNE AND TAPPER AVENEUE PUMP STATIONS. FOREST AVENUE PUMP STATION -1) Pumps and Motors: Rebuild both Fairbanks Morse, vertical wet well pumps, Model 145710(WC), S/N 724465 and 724466 and Fairbanks Mo rse, 20 HP motors S/N 590926 and 590927. 2) Pump Discharge System: Furnish and install new flap valves and replace existing discharge piping. Clean, paint and reuse wall pipes. Furnish and install knife gate valve with operator in discharges lines. 3) Ve ntilation: a. Replace motor floor fan, gravity damper and screen; b. Furnish and install new motor room supply air wall louver, screen and motorized damper; c. Replace ductwork for wet well area ventilation; and d. Replace supply air wall louvers, scre ens and duct to wet well areas. 4) Trash Rack: Replace existing trash rack with new trash rack.; 5) Electrical: a. Replace existing electrical distribution equipment, including panel boards, circuit breakers and motor starters for pumps, heating and vent ilating equipment and other loads. The new system shall include a motor control center and variable frequency drives. b. Furnish and install outdoor generator hookup for connection to future generator. c. Furnish and install two solid state pump control- telemetry units and submersible level transmitters for primary control. Remote monitoring will be installed in future by owner. Existing solid state controller shall remain for use by Hammond Sanitary District. d. Replace all existing interior and exter ior lighting fixtures as shown. e. Replace existing lighting transformer and lighting panel. f. Replace all receptacles. Furnish and install GFCI receptacles in areas designated on the drawings. g. Replace all existing conduits and power and control ca bles in the pump station unless otherwise shown. Provide all new conduits and power and control cables as required for all new and existing equipment; 6) Structural: a. Rehabilitate existing floor areas as necessary to meet requirements of rebuilt pumps and motors and new motor control center. b. Replace existing access covers with new pressure rated, sealed covers on the pump station discharge box and wet well by-pass chamber as shown. c. Expand the discharge box size for the installation of flap valve s. d. Replace the pump and base bend supports. 7) Gravity By-pass: Replace existing 30 INCH flap valve on gravity by-pass. 8) Miscellaneous: a. Replace existing ladders with new units, where shown. b. Clean and paint existing equipment to remain. c. Furnish and install perimeter fencing. d. Remove trees as shown. e. Remove existing float tube and furnish and install two new cast iron FLOAT TUBES for pressure transmitter and level controls. f. Furnish and install air release valve on discharge box. TAPPER AVENUE PUMP STATION  1) Pumps and Motors: Rebuild both Fairbanks Morse, Vertical wet Well Pumps, Model 18 5710(WC) S/N 727118 and 727119, and Fairbanks Morse, 40 HP motors S/N 591655 and unknown. 2) Pump Discharge System: Replace flap valves an d existing discharge piping. Clean, paint and reuse wall pipes. Furnish and install knife gate valve with operator in discharges lines. 3) Ventilation: a. Replace motor floor fan, gravity damper and screen; b. Furnish and install new motor room supply ai r wall louver, screen and motorized damper. c. Replace ductwork below motor floor level for wet well area ventilation. d. Replace supply air wall louvers, and ductwork to wet well areas. 4) Trash Rack: Replace existing trash rack with new trash rack. 5) Electrical: a. Replace existing electrical distribution equipment, including panel boards, circuit breakers and motor starters for pumps, heating and ventilati ng equipment and other loads. The new system shall include a motor control center and variable frequency drives. b. Upgrade service to 480 volt phase. c. Furnish and install outdoor generator hookup for connection to future generator. d. Furnish and in stall solid state pump control-telemetry unit and submersible level transmitter for primary and back-up control. Replace existing float controller for backup control and turn existing float controller over to Hammond Sanitary District for use as spare pa rts. Remote monitoring will be installed in future by owner. Existing solid state controller shall remain for use by Hammond Sanitary District. e. Replace all existing interior and exterior lighting fixtures as shown. f. Replace existing lighting trans former and lighting panel. g. Replace all receptacles. Install GFCI receptacles in areas designated on the drawings. h. Replace all existing conduits and power and control cables in the pump station unless otherwise shown. Provide all new conduits and power and control cables as required for all new and existing equipment. 6) Structural: a. Rehabilitate existing floor areas as necessary to meet requirements of rebuilt pumps and motors and new motor control center. b. Replace existing access covers wit h new pressure rated, sealed covers on the pump station discharge box. c. Replace pump and base bend supports. 7) Miscellaneous: a. Replace existing ladders with new units, where shown. b. Clean and paint existing equipment to remain. c. Clean and pai nt existing float tube. d. Furnish and install new access walkway and steps to the pump station. e. Furnish and install cast iron FLOAT TUBE for pressure transmitter. f. Furnish and install air release valve on discharge box. g. Furnish and install ent rance deck. The Classification Code for this procurement is North American Industry System (NAICS) 237110, with a business size in dollars of $31.0 Million. COMPETITION IS UNRESTRICTED TO BUSINESS SIZE. Interested Offerors can download the Request for Pr oposal Package from the Internet Site https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912P6-08-R-0001. The solicitation will be available on the Internet on or before 15 April 2008. The due date for proposals will b e on or about 16 May 2008, at 4:30 PM Chicago Local Time. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can acces s the CCR for free at http//www.ccr.gov. Request for solicitation packages made by telephone, fax or e-mail will not be honored.
 
Place of Performance
Address: US Army Corps of Engineers, Chicago 111 N. Canal, Suite 600, Chicago IL
Zip Code: 60606
Country: US
 
Record
SN01544638-W 20080330/080328225147 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.