Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
MODIFICATION

Y -- Little Falls Pumping Station Motor & Control Upgrades, Bethesda, MD

Notice Date
7/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-S-0031
 
Archive Date
11/30/2012
 
Point of Contact
Christina Sale, Phone: 410-962-3526
 
E-Mail Address
Christina.Sale@usace.army.mil
(Christina.Sale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Baltimore Districts requests a capabilities statement from Small Businesses (SB), Small Disadvantaged Businesses (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Businesses (VOB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned Small Businesses (WOSB). The NAICS Code for the proposed acquisition is 237110. The Small Business Size Standard is $33.5 million. The Product Service Code (PSC) is C1NE. The order of magnitude is between $1,000,000.00 and $5,000,000.00. Responses to this Sources Sought Announcement will be used by the Government to make appropriate acquisitions decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. Project Description: Little Falls Pumping Station Motor and Control Upgrades, Bethesda, MD. The work includes mechanical, electrical and architectural upgrades to the Little Falls Pumping Station to improve functional operation and overall reliability. Specific work items include upgrades to a total of eighteen 42" to 60" valve actuators; conversion of six 1250 HP to 2500 HP pump motors to brushless excitation; replacement of building's heating and ventilation system; communication upgrades; lead abatement; painting and roof re-coating. The Washington Aqueduct provides potable water to approximately one million people in the District of Columbia and Northern Virginia. The Little Falls Pumping Station is capable of pumping 525 MGD of raw water with its six (6) pumps and part of a critical water supply infrastructure for the Nation's Capital. The pumping station serves as an alternate source of water supply to the gravity fed conduits that originate at Great Falls, MD. The existing pumps are fed from a single oil accumulator system and the cooling water is dechlorinated before discharged to the river. Major modification work needs to be performed to each of the pump motors and valve actuators while keeping the pumping station fully operational to ensure reliable operation and guaranteed uninterrupted water supply. Hence, an experienced contractor with resources and expertise to handle the following project constraints is needed: i. Equipment demolition and installation in limited access areas and confined spaces. ii. Working around chemical systems and a potable water supply. iii. Maintaining functional operation of the existing pumps, accumulator and dechlorination systems while other equipment is being replaced. iv. Minimizing downtime during the valve actuator replacement and pump motor brushless conversion. Interested Small Businesses (SB), Small Disadvantaged Businesses (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Businesses (VOB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned Small Businesses (WOSB) firms should submit a concise narrative and specific project examples of similar size and scope that demonstrate their experience in: •1. The successful phased conversion of similar sized, large pump motors to brushless excitation. •2. The replacement of large valve actuators associated with each pump for surge control with electro-hydraulic and electric type actuators. •3. The replacement of hot water systems, boilers and units heaters. •4. The successful installation of sanitary systems to include toilet facilities, site installation and grading. •5. Lead abatement and interior painting. Capability statements should include information and details of similar projects, to include demonstrated specialized experience and technical competence in the following: •a) Performing work with outages of limited duration at a critical infrastructure such as a pumping station. Cooling water from each pump is to be re-routed to a sanitary sewer. Also, there are two oil accumulator systems, each serving three pumps. These accumulator systems are used to power the hydraulic actuators for the large valves on the pump intake and discharge lines. Since no more than two pumps may be taken out of service at any given time, the contractor shall plan for limited outages whenever work affects pumping capacity. •b) Knowledge in converting similar sized, large pump motors to brushless excitation. •c) The replacement of boilers and heating systems including ventilation control upgrades. •d) The replacement of valve actuators systems serving large motors and pumps. •e) Provision of temporary heating to prevent water line freezing in a large building. Qualified Small Businesses submit the following information: 1. Company name, address, phone number, point of contact. 2. Indicate business size in relation to the NAICS code 237310. Provide your company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award. Please see www.ccr.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. Narratives shall be no longer than ten (10) pages demonstrating experience in type of work at the similar contract value in similar type of location. 4. Provide three (3) examples of projects similar to requirements described above within the past 5 years. Include point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Total submittal shall be no longer than twelve (12) pages in one.pdf file. 7. Email responses are required. In addition, this Sources Sought is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. All technical and contractual questions may be sent electronically to the point of contact below. All responses to this announcement may be sent electronically to Christina Sale at christina.sale@usace.army.mil no later than 11:00 am local time 10 July 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0031/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore District, 10 South Howard Street, Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN02795185-W 20120707/120705235607-a492b7e95dbdf65d90e464ed11d30c71 (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.