MODIFICATION
Z -- Construction Project to Rehabilitate Pump #3 Located at the Fox Point Hurricane Barrier, Providence, RI
- Notice Date
- 1/25/2013
- Notice Type
- Modification/Amendment
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-13-X-0007
- Response Due
- 2/15/2013
- Archive Date
- 3/26/2013
- Point of Contact
- Raushanah Muhammad, 9783188478
- E-Mail Address
-
USACE District, New England
(raushanah.m.muhammad@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a construction project to Rehabilitate Pump #3 located at the Fox Point Hurricane Barrier, Providence, Rhode Island to determine the interest, availability and capability of 8(a), HUBZone, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned concerns and Small Business as described below. The NAICS code for this procurement is 238290. The project solicitation is planned to be issued on or about April 2013. The construction will occur in the Fall of 2013 and is expected to take about ten months. The estimated construction cost is between $1,000,000.00 and $5,000,000.00. The work shall consist of dewatering the pump forebay, and the disassembly, overhauling of components, reinstallation, and operational testing of an existing 43 ton, 625,000 gallons per minutes, Worthington 119 quote mark HI-FLO single stage impeller pump, hereinafter identified as Pump #3. The overhauling for Pump #3 shall consist of providing new packings, glands, seals, seal retainers, shaft sleeves, cover pipe, bolts, nuts, and washers, removal and replacement of existing bearing temperature indicators, rebuilding and alignment of the motor, removal and replacement of the lower guide bearing, and the realignment and balancing of the pump. The work shall also consist of the cleaning, preparing, and painting the metal surfaces of eight existing 6.5 feet wide by 12 feet long metal stop-gates. Prior to surface preparation and painting, the stop-gates that were used for dewatering the intake sump for Pump #3 rehabilitation work shall be cleaned with fresh water; the remaining stop-gates shall be removed and relocated from storage. Areas of failed paint and corrosion shall be removed using sandblast cleaning, power tool cleaning, and solvent cleaning, as appropriate. All existing corrosion and failed paint shall be removed prior to applying new primer and top coats. Existing rubber seals along bottom of stop-gates shall be removed, disposed of, and replaced with new rubber seals. A containment system for containing debris generated during preparation and painting shall be required along with assurance of proper disposal of all hazardous and nonhazardous waste generated during the preparation and painting. Upon completion of the work, the eight stop-gates shall be relocated back to the storage area and stacked. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and experience in performing the work components stated above. Firms must submit past demonstrated construction experience in the rehabilitation of large pumps. Also, the contractor shall submit examples of projects demonstrating experience with disposal of hazardous material. Subcontractors may be used to demonstrate this past experience. Responses are limited to twenty pages. Responses are due no later than February 15, 2013. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Contracts Branch-R. Muhammad. Firms interested shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-13-X-0007/listing.html)
- Place of Performance
- Address: USACE District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Zip Code: 01742-2751
- Record
- SN02972713-W 20130127/130125234430-310a09e557826f8aff7e210ffc8c76df (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 |