Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2023 SAM #7887
SOLICITATION NOTICE

Y -- Gate Cylinder Repairs at Black Rock Lake

Notice Date
6/30/2023 6:05:06 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
w912wj23b0006
 
Response Due
7/31/2023 2:00:00 PM
 
Archive Date
08/15/2023
 
Point of Contact
Elizabeth Glasgow, Phone: 9783188671, Ben Hoell, Phone: 9783188084
 
E-Mail Address
elizabeth.k.glasgow@usace.army.mil, benjamin.g.hoell@usace.army.mil
(elizabeth.k.glasgow@usace.army.mil, benjamin.g.hoell@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Black Rock Lake � Gate Cylinder Repairs � The U.S. Army Corps of Engineers, New England District is issuing a set aside for certified small business contractors for the Gate Cylinder Repairs at Black Rock Lake located in Thomaston, Connecticut. The NAICS code for the work described below is 237990. The project is planned to be issued in July 2023 and will be set aside for Small Businesses.� The period of performance will be approximately 365 days.�� It should be noted that no work will be allowed to take place from 01 December through 31 April, inclusive of any year.�� The estimated magnitude of this project is between $250,000 and $500,000. There are two hydraulically operated gates located in the Intake Tower at Black Rock Dam.� The dam and its operating equipment are approximately 55 years old.� Hydraulic fluid leaks from the stem packings have become a continuous issue that are the primary focus of this project.� The gate stems and extension rods are also showing signs of wear which shall be addressed as part of the overall refurbishment effort.� A summary of the overall scope of work for the gate assemblies includes: Refurbish both hydraulic cylinders located in the gate chamber.� Refurbish hydraulic cylinders, gate leaf stems, and stem extension rods.� Refurbish existing packing seats and glands and replace all packings.� Replace all gate stem oil and water packings and gate stem extension oil packings.� Replace all cylinder gaskets and stem o-rings.� Test existing hydraulic fluid to perform a thorough analysis of the condition of the fluid. All existing components listed to be refurbished and reused shall be thoroughly cleaned and have visual inspections/assessments conducted. Remove the middle piston ring on both pistons and replace with a new hydrolysis resistant polyurethane (HPU) piston seal manufactured to operate within specified hydraulic fluid type, pressures, and temperatures.� Work shall be conducted on only one gate at a time so that at no time shall both gates be out of service. Additional system components that shall be replaced as part of this project are: New composite stop logs and lifting beam shall be fabricated and new stop logs shall be installed prior to the start of construction. Stop logs shall be of equivalent dimensional size, quantity, and strength and shall be designed by a Registered professional Engineering in the State of Connecticut. Upon completion of the work, the stop logs and lifting beam shall be turned over to the Government. The current digital gate indicator systems shall be replaced.� The existing counterbalance valve assembly for each cylinder shall be replaced. The assembly is to include the counterbalance valve, isolation valves, drain down valve and pressure gauge and valve. The system hydraulic fluid shall be completely replaced with new fluid with the same flow and performance characteristics. Lead containing paint is present on the existing equipment and structures to be removed.� In addition, the gate cylinders are located in an area designated by the U.S. Army Corps of Engineers, New England District (NAE) as a Confined Space.� Both of these hazards require the Contractor to have appropriately trained and competent persons for the execution of this work. Coordination of pool draw down requirements shall be done early in the project to ensure that sufficient time exists to perform any dewatering necessary to carry out the project tasks.� Full dewatering of the conduits may be required for performing some of this work.� The Contractor shall field verify extent of dewatering requirements for accessibility to safe working conditions. A 2-ton electric wire rope hoist is located above the generator floor and may be used by the Contractor after being load tested and certified.� The Contractor shall be responsible for obtaining the load test and getting the hoist certified. Please note that this solicitation is set aside for certified small businesses. This is not a request for proposals at this time; the solicitation requirements and contract documents which will include instructions for submission and the response date will be available on or about July 2023. Neither telephonic, mailed, nor faxed requests for hard copies of this solicitation will be accepted. The solicitation will only be available online; in order to view the solicitation offerors must access the System for Award Management website (www.sam.gov). In order to download the solicitation, offerors must access the Procurement Integrated Enterprise Environment (https://piee.eb.mil/). All responsible sources may submit a bid which shall be considered by the USACE New England District. Additional questions may be emailed to the Contract Specialist at elizabeth.k.glasgow@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/120ca1c24b4e43df92eecfe3f0ab1212/view)
 
Place of Performance
Address: Thomaston, CT 06787, USA
Zip Code: 06787
Country: USA
 
Record
SN06734214-F 20230702/230630230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.