Potable Water Well 16A Replacement
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: Presolicitation (Original)
- Original Published Date: Mar 25, 2022 12:51 pm EDT
- Original Response Date: Apr 01, 2022 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1NE - MAINTENANCE OF WATER SUPPLY FACILITIES
- NAICS Code:
- 237110 - Water and Sewer Line and Related Structures Construction
- Place of Performance: Indian Head , MD 20640USA
Description
NAVFAC PWD Indian Head intends to issue a sole source award utilizing Simplified Acquisition Procedures to A.C. Schultes Of Maryland, Inc. to provide materials and labor to replace the well pump, motor and drop pipe of Well 16A at bldg. 1728. Contract Options are included: Option 1: Modify and replace the existing discharge piping inside and outside the well house starting at the new well discharge head and Option 2: Install Variable Frequency Drive (VFD) Controller. A.C. Schultes is the only contractor in the local service area (MD, VA, and DC) that is capable of completing this work. No other contractor had the equipment or personnel experienced to handle a pump casing size of 10 inch. A.C. Schultes is the only company capable that can complete and warranty the work. Work is to include: Mobilize a two man pump service crew with crane to site. Remove the existing vertical turbine pump assembly from Well 16A. Sound the well and perform a video inspection of well casing. Notify NAVFAC representative of any discrepancies with the casing. Based on the results of the video inspection redevelop the well using the riser swab method. Supply and install a new 7THC-8 stage submersible pump powered by a new 100 HP, 460 volt, 3 phase motor. Supply and install 294 feet of 6 inch carbon steel drop pipe, submersible wire, 1 inch poly water level tube, ¼ inch stainless steel airline, and (2) two 6 inch ductile iron check valves. The pump will be designed to yield 500 GPM at 500’ TDH. Supply 6 inch steel fabricated discharge with pressure gauge that stands and lines up with the existing 6 inch back flow preventer on the outside of the building. Mount electrical wiring connections in stainless steel NEMA 4X J-box on the outside of the building and run wiring in rigid conduit and liquid tight flexible connection to discharge head. Repair, install, and or replace outside pipe insulation and heat tape as needed to provide protection against cold freezing weather. Perform a short flow test overboard. Place online and test for proper operation.
The proposed contract action is for services for which the Government intends to solicit and negotiate only with A.C. Schultes Of Maryland under the authority of FAR 6.302. Interested parties may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, inquiries received within 7 days of the date of publications of this synopsis will be considered by the Government. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
This notice of intent is for information purpose only. All source eligible to meet this requirement must respond in writing. Reponses must be supported with clear and convincing evidence that clearly articulates the company’s ability to satisfy this requirement as outlined above. A request for documentation will not be considered s an affirmative response. If no responses are received within seven (7) calendar days after publication of this notice, to demonstrate comparable capability, then a sole source acquisition award will be made.
Attachments/Links
Contact Information
Primary Point of Contact
- Andrew Pounds
- andrew.j.pounds2.civ@us.navy.mil
- Phone Number 301-744-1357
Secondary Point of Contact
- JoAnna Tucker
- joanna.l.tucker@navy.mil
- Phone Number 301-744-2185
History
- Apr 16, 2022 11:55 pm EDTPresolicitation (Original)