Ball Mountain Corrosion & Containment of Hydraulic Pipes, Ball Mountain Lake, Jamaica, VT

Agency:
State: Vermont
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Dec 20, 2023
Due: Jan 20, 2024
Publication URL: To access bid details, please log in.
Follow
Ball Mountain Corrosion & Containment of Hydraulic Pipes, Ball Mountain Lake, Jamaica, VT
Active
Contract Opportunity
Notice ID
W912WJ24X0024
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NEW ENGLAND
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 20, 2023 10:48 am EST
  • Original Response Date: Jan 20, 2024 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Jamaica , VT
    USA
Description

The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for Construction Services for the Corrosion & Containment of Hydraulic Pipe project at Ball Mountain Lake, in Jamaica, Vermont. 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 238220. The project is planned to be issued in the Summer of 2024 with construction to take place in the fall & winter of 2024/2025. The estimated construction cost is between $250,000.00 and $500,000.00.



There are three hydraulically operated gates located in the Intake Tower at Ball Mountain Lake Dam located in Jamaica, VT. Hydraulic piping that runs up the length of the control tower from the gate chamber to the operator floor shows signs of moderate to heavy surface corrosion and paint wear within the gate chamber, pipe sleeves, and air vent and is original to the dam construction. 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 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.



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. Contractor will be required to keep two gates (at a minimum) fully operational at one time throughout the execution of the work, and operation’s personnel will direct the required sequence for gates to be taken offline. Coordination with operation’s personnel sufficiently ahead of construction is required to ensure safe operations of the Dam facility.



The tower has an existing 2-ton crane rail that will be available for Contractor’s use during the project. If contractor chooses to utilize the existing crane, the Contractor will be required to provide an annual inspection certificate and conduct operational testing in accordance with EM 385-1-1, Section 16, prior to use.



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 January 20, 2024. Responses should be emailed to:



CONTRACT SPECIALIST



Tyler Maryak



(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
Secondary Point of Contact


History
  • Dec 20, 2023 10:48 am ESTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...evaluation, pneumatic valve conversion and other associated services.: Water Distribution - Pipe...

City of Montpelier

Bid Due: 5/17/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.