Paint Bridge and Gatehouse Railings at Ball Mountain Lake Dam, Jamaica, VT

Agency: DEPT OF DEFENSE
State: Vermont
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Apr 2, 2024
Due: May 3, 2024
Solicitation No: W912WJ24X0034
Publication URL: To access bid details, please log in.
Follow
Paint Bridge and Gatehouse Railings at Ball Mountain Lake Dam, Jamaica, VT
Active
Contract Opportunity
Notice ID
W912WJ24X0034
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 02, 2024 01:56 pm EDT
  • Original Response Date: May 03, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238320 - Painting and Wall Covering Contractors
  • Place of Performance:
    Jamaica , VT 05343
    USA
Description

Sources Sought W912WJ24X0034





Subject: Paint Bridge and Gatehouse Railings at Ball Mountain Lake Dam, Jamaica, VT



NACIS Code: 238320



Response date: May 3, 2024





The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for Construction Services for the Paint Bridge and Gatehouse Railings at Ball Mountain Lake Dam in Jamaica, VT. 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 238320 with a size standard of $19M. The project is planned to be issued in the Fall of 2024 with construction to take place in the Spring/Summer of 2025. The estimated construction cost is between $250,000 - $500,000.



Ball Mountain Lake is a flood damage reduction project situated on the West River in the Town of Jamaica, Vermont. The project has a drainage area of 172.0 square miles. It is operated to reduce flooding in downstream communities on the West River, and in conjunction with other Corps flood damage reduction reservoirs to reduce flooding on the main stem Connecticut River.





The work of this project involves the surface preparation and maintenance painting of all the railing structures and related items on the Service Bridge and the Gatehouse. The Service Bridge provides access to the Gatehouse via an access road that runs adjacent to the earthen dam spillway (see Photos 1 and 2). The bridge deck and gatehouse exterior platform exist at Elevation 1052.0 NGVD. Normal pool of the water exists at Elevation 870.5 NGVD, representing a 180’+ height differential at the gatehouse. Access to all of the exterior sides of the railings is required to accomplish the work. Items to be prepared and painted include:






  • Approximately 625 linear feet of railings on the Service Bridge

  • Approximately 90 linear feet of the railing surrounding the exterior of the Gatehouse

  • The top of the top flange of the bridge girders

  • The top sides of the four expansion joint cover plates





Preparation shall include solvent cleaning of all railing surfaces and related items to remove grease, dirt, and salt, and the removal of large or loose particles of paint and rust with a hammer or wire brush.



Scraping, abrasive blasting, or other surface preparation shall not be performed and most corrosion shall remain at the completion of cleaning and preparation. Corroded areas and/or areas of paint loss are found in various locations throughout the steel parts of the railing structures and related items.





Painting of prepared surfaces shall follow preparation and shall consist of the application of an epoxy primer/sealer designed to be applied over marginally prepared steel, with an overcoat of a compatible product from the same manufacturer. Color of the overcoat shall match the existing color of the railings. The existing paint system on the railings and related items includes lead-containing paints, including in the primer applied during the original construction of the dam. The Contractor shall therefore consider all material removed from the railings and related items during the preparation of the steel to be a lead containing waste product and disposal of this waste shall be in accordance with all applicable federal, State, and local rules and regulations. The Contractor shall employ the required worker safety precautions for work removing lead containing paint.





Full containment is not required for this project; however, the Contractor shall follow the appropriate best management practices for collection of all cleaning residue and particles resulting from hammering and wire brushing for disposal off-site in accordance with all applicable Federal, State, and local laws and regulations.





No welding is permitted in the vicinity of the service bridge or gatehouse as part of the work.





The Contractor shall note that serious fall hazards exist on this project and fall protection measures are required.





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 May 3, 2024. Responses should be emailed to: Elizabeth.k.glasgow@usace.army.mil.





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.



Government Agency URL: www.nae.usace.army.mil



Government Agency URL Description: New England District, Corps of Engineers




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
  • Apr 02, 2024 01:56 pm EDTSources 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
* 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.