Gate Stem Repairs, West Thompson Lake, North Grosvenordale, CT
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Aug 03, 2022 03:51 pm EDT
- Original Response Date: Sep 06, 2022 01:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 238210 - Electrical Contractors and Other Wiring Installation Contractors
- Place of Performance: Concord , MA 01742USA
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for Construction Services for the Gate Stem Repairs project at West Thompson Lake, in North Grosvenordale, Connecticut. This announcement is to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns for this project. The NAICS code for this procurement is 238210. The project is planned to be issued in the winter of 2022 with construction to take place in the summer & fall of 2023. The estimated construction cost is between $500,000.00 and $1,000,000.00.
There are three hydraulically operated gates located in the Intake Tower at West Thompson Dam located in North Grosvenordale, CT. The dam and its operating equipment are approximately 58 years old and therefore the gate cylinder and gate assembly components are beginning to show signs of wear. The work for this project will likely include, but not be limited to, the following:
- Refurbish all three hydraulic cylinders located in the gate chamber
- Replace gate leaf stems
- Polish gate stem extension rods
- Hone inside of hydraulic cylinder barrel
- Replace lower/upper gate stem oil packings and gate stem water packings
- Replace middle piston ring with rubber seal
- Replace cylinder gaskets and gate stem O-rings
- Replace digital gate height indicator system, including transducers, digital displays, and wiring/conduit
The Contractor will be required to coordinate operational restrictions with the Contracting Officer’s Representative and onsite personnel. Proper work sequencing will be critical for project success. Full dewatering of the conduits may be required to perform work. Contractor shall field verify extent of dewatering requirements to obtain safe working conditions and to ensure that the space below the bonnet cover is not pressurized prior to any work beginning. Contractor shall then coordinate sufficient time ahead of required dewatering to allow for local personnel to draw down the existing pool elevation.
The tower has an existing 5-ton crane rail that no longer has a hoist component. If contractor chooses to utilize the existing crane rail, the Contractor will be responsible for developing a plan and procedure to safely utilize the existing infrastructure and will be required to conduct any load testing or certification required for safe use of the proposed crane system.
Work shall be done on only one gate at a time and at no time shall more than one conduit be out of service. One conduit at a time can be isolated at the upstream end by use of a stop log system. The Contractor shall be responsible for verifying the condition of the stop log channels and providing stop logs to be used for this project. The Contractor shall submit a plan for utilizing stop log systems to ensure safe and reliable operation for dewatering the conduit for approval to the Contracting Officer prior to proceeding with work.
Lead paint is expected to be present on the existing equipment.
Interested firms should submit a capabilities package to include the following: business classification (i.e., HUBZone, small business, etc.), as well as qualifications and experience in performing the work components stated above. Please include at least two specific examples of the firm’s experience performing the work requirements stated above. The projects must have been performed within the last seven years. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror’s effort and their experience must also have been performed within the last seven years. Proof of bonding capability is required. Responses are limited to twenty pages. Responses are due by September 6, 2022. Responses should be emailed to:
Tyler S. Maryak, Contract Specialist
Email: tyler.s.maryak@usace.army.mil
Phone Contact: (978) 318-8049
Interested firms 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.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 696 VIRGINIA ROAD
- CONCORD , MA 01742-2751
- USA
Primary Point of Contact
- Tyler Maryak
- tyler.s.maryak@usace.army.mil
- Phone Number 9783188049
Secondary Point of Contact
History
- Sep 21, 2022 11:56 pm EDTSources Sought (Original)