Corrosion & Containment of Hydraulic Pipes at Ball Mountain Lake Dam in Jamaica, VT
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Feb 14, 2024 02:30 pm EST
- Original Response Date: Mar 14, 2024 01:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 29, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
- NAICS Code:
- 238220 - Plumbing, Heating, and Air-Conditioning Contractors
- Place of Performance: Jamaica , VTUSA
Description
The U.S. Army Corps of Engineers, New England District is issuing a set aside for certified small business contractors for the Corrosion & Containment of Hydraulic Pipes project at Ball Mountain Lake, Jamaica, Vermont. The NAICS code for the work described below is 238220. The project is planned to be issued on or about April 2024 and will be set aside for Small Businesses. The period of performance will be approximately 180 days. The estimated magnitude of this project is between $250,000 and $500,000.
There are three hydraulically operated gates located in the Intake Tower at Ball Mountain Lake Dam located in Jamaica, VT. Areas of the existing hydraulic piping, original to the dam construction, are showing signs of moderate to heavy surface corrosion and paint wear. The current hydraulic fluid in use is deemed unacceptable to be discharged into the outlet works per the EPA's standards. Due to the piping corrosion present hydraulic piping will be replaced, and the current hydraulic fluid will be flushed and replaced with new environmentally acceptable liquid (EAL). The work for this project will likely include, but not be limited to, the following:
- Replacement of the original hydraulic piping with stainless steel hydraulic piping at the operating room, heating room, elevator landing level, and gate chamber.
- Complete flushing of hydraulic system and replacement of fluid with environmentally acceptable liquid (EAL) fluid.
- Partial re-routing of new hydraulic piping where required.
- Coordination of work with existing hydraulic piping containing lead paint on the surface.
- Removal and disposal of existing hydraulic fluid in accordance with local, state, and federal regulations.
- Removal and disposal of lead coated piping materials in accordance with local, state, and federal regulations.
- Minor structural modifications to the gatehouse to facilitate new hydraulic piping.
- Providing new de-humidification equipment in gate chamber room.
- Providing new sump pump equipment at gate chamber room.
- Replacing existing exhaust air louvers.
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 April 2024. 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 Tyler.S.Maryak@usace.army.mil.
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
Secondary Point of Contact
History
- Mar 30, 2024 11:55 pm EDTPresolicitation (Updated)
- Feb 14, 2024 02:30 pm ESTPresolicitation (Original)
- Feb 04, 2024 11:55 pm ESTSources Sought (Original)