Spillway Dam Gallery Paint Removal, Buffumville Lake, Charlton, MA
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: Jan 31, 2025 11:38 am EST
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Feb 26, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
The U.S. Army Corps of Engineers – New England District is issuing a Pre-Solicitation Notice for Spillway Dam Gallery Paint Removal, Buffumville Lake, Charlton, M A.
THE WORK CONSISTS OF:
The general description below is given to indicate the approximate scope of this project only. It does not limit the work required under this Scope of Work.
- In general, the Base Scope of the project is to remove paint from all surfaces of concrete inside the Access and Operating Galleries.
- Remove all paintings/coatings down to bare concrete at North Access and Operating Galleries floor, walls and ceilings.
Exception: Operating Gallery wall recess containing Operation panels and controls. - Pressure inject and seal one actively leaking wall crack at South Access Gallery.
Note: Concrete surfaces in South Gallery is currently not painted, thus excluded from paint removal and sealer/hardener work. - After paint removal, clean all previously painted surfaces of dirt, debris, and other deleterious substances, then apply two coats of penetrating sealer/hardener to stabilize and minimize future dusting.
- Metal surfaces embedded or part of the affected surfaces may contain a reportable level of lead compound. These surfaces shall receive surface preparation as called out in Technical Specification 09 97 02 then coated with epoxy primer/sealer and overcoat with color matching previously painted colors.
- Note: Floor drain grate and frame at South Access Gallery shall also be cleaned and recoated.2. Optional scope of the project is removal of paint on all concrete surfaces (ceiling, walls and floor) located at the Lower Basement of the Control House (El 500.08).
- Overall, condition of the painted surfaces varies from fair/good, well adhered to surface, to poor showing various degree of peeling or missing altogether.
- Surfaces were painted pre-1994. While paint material is unknown at this time, it has been tested and found to be lead free, except on metal handrail showing a reportable level of lead. Proper disposal of lead containing debris shall be exercised. See testing results dated April 2024 in APPENDIX D.
- Graphical representation of the work area is shown in APPENDIX A.
- Contractor access and staging area as shown in APPENDIX B.
- Representative As-Built drawings for the structure are shown in APPENDIX C. Additional As-Built drawings are available upon request.
- Prior to commencement of any removal or cleaning work, all dam operation equipment, controls and accessories shall be securely protected to preclude any dust and debris from the construction.
- Mask all items that will not be painted to protect them from construction work.
- Paint removal means and methods shall be selected by the Contractor that will best remove the existing paint from the concrete surfaces and will not damage the existing concrete surfaces. Removal approach shall be presented in sufficient detail in the Work Plan to allow review and approval by the Government.
- Any damages to existing concrete while performing the work shall be repaired by the Contractor. Submit repair approach and materials to the Government for review and approval.
- All non-concrete surfaces called out to be repainted shall receive surface preparation for repainting. Mask all adjacent areas from repainting operation. Apply sealer and overcoat with color matching existing paint color(s) that have been removed.
- Active work area shall have proper containment to preclude construction dust and debris from migrating into other areas of the structure. Provide adequate means of air borne dust removal including supplemental ventilation within the work area for worker protection. Dust removal means shall contain adequate filtration to preclude discharge of dust laden air into the environment.
- All drains within the work area shall be securely blocked during work to preclude construction debris from entering the drains. As noted above, these drains directly discharge into the stream below the dam.
- All solid and sludge debris from construction shall be properly removed from the work area and legally disposed offsite.
- Crack repair:
- Actively leaking crack located in the West wall of the South Access Gallery shall be repaired by pressure injection to stop the leak.
- Clean all surfaces from efflorescence built up and other deleterious matters.
- Drill and install sufficient amount of pressure injection ports either side of the crack. Pressure inject epoxy in accordance with the manufacturer’s recommendations. Repeat process as necessary for proper seal.
- Upon confirmation that all leaks have been arrested, remove all injection ports and plug holes with grout closely matching in color with wall surface. Scrape all excess grout/epoxy and sand smooth surfaces around work area to a smooth and neat appearance.
- Clean all concrete surfaces by low pressure wash or other means in preparation of application of penetrating sealer/hardener. Dry surfaces, with supplemental heat as necessary, until maximum moisture content as recommended by sealer/hardener manufacturer have been achieved and validated by testing. Apply two coats of sealer/hardener in uniform fashion following manufacturer’s recommendation on lapse time between applications.
Note: Concrete surfaces at South Gallery shall be cleaned only. Application of penetrating sealer/hardener is not required at this Gallery.
- Restore all areas affected by construction to a clean and sound operating condition. All masking, covering and debris shall be removed and properly disposed of.
The magnitude of construction is between $100,000 and $250,000. For additional information on construction contracts awarded to small businesses please visit: Partnering With Us (army.mil).
This is not a request for quotes at this time. The solicitation requirements and contract documents, to include instructions for submission, and the response date will be available on or about February 18, 2025. 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 download the solicitation offerors must access the Contract Opportunities website (www.SAM.gov).
This procurement is set-aside for small business vendors. The applicable NAICS code is 238320 with a Small Business Size Standard of $19 Million.
ALL VENDORS MUST HAVE AN ACTIVE REGISTRATION IN SAM.GOV AT THE TIME OF SUBMISSION IN ORDER TO BE CONSIDERED. ANY VENDOR THAT DOES NOT HAVE AN ACTIVE SAM.GOV REGISTRATION WILL BE REJECTED AS NON RESPONSIVE.
Attachments/Links
Contact Information
Primary Point of Contact
- Jennifer M. Samela
- jennifer.m.samela@usace.army.mil
- Phone Number 9783188324