Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOURCES SOUGHT

Z -- Major overhaul of a 4500 horsepower motor pump for the Fox Point Hurricane Barrier in Providence, Rhode Island

Notice Date
7/10/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U. S. Army Engineer District, New England, US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ09X0019
 
Response Due
7/21/2009
 
Archive Date
9/19/2009
 
Point of Contact
Rachael Raposa, 978-318-8249<br />
 
E-Mail Address
US Army Engineer District, New England
(rachael.raposa@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a major overhaul of a 4500 horsepower motor pump for the Fox Point Hurricane Barrier in Providence, Rhode Island to determine the interest, availability, and capability of Service-Disabled Veteran-Owned, 8A, HUBZone, and Small Business concerns as described below. The NAICS code for this procurement is 237990. The estimated construction cost is between $1,000,000 and $5,000,000. The project is planned to be issued on or about 1 August 2009 and the contract performance period is 12 to 18 months. (Duration based upon 6 month lead time for fabrication of new impeller) Main items of work include removal and reinstallation of the 4500 HP motor, removal and reinstallation of the entire pump assembly complete with a newly fabricated impeller, and removal, inspection, reinstallation (replacement as required) of all internal components. Specific tasks include: 1.4500 HP Electric Drive Motor -Electrically disconnect and remove motor and all oil piping. Unbolt drive coupling and motor base bolt. Rig and set motor into lower bay on temporary cribbing. Provide protective cover for motor and temporary lines for heater. 2.Dewater Intake Sump Provide rigging equipment, and install stop gates (located at project) using existing overhead crane. Provide and install 6 min., diameter, submersible pump (including piping and electrical connections as required) to dewater pump forebay, and maintain it in the dry. Provide diver to seal gates as required. Provide and erect staging for access to sump. Provide ventilation, temporary lighting, and barriers around temporary openings as required. 3.Pump Disassembly Disconnect hydraulic piping and grease lines as required. Erect staging and cribbing to facilitate removal of existing impeller from shaft. Hydraulically press impeller off the shaft and lower onto cribbing. Replace impeller with new unit as specified. Shaft Component Service - Remove and transport all internal components (including cover pipe) to an approved service center for cleaning and evaluation. Clean all components, record all critical fits, dimensions and runouts utilizing original, or updated, design specifications for reference. Submit report with findings and recommendations. Replace or repair components as required from recommendations, and with approval. Grit blast all components to be reinstalled to near white metal condition, and coat with appropriate coating system. Outer Housing Component Service These elements include discharge cone, discharge closure, diffuser, diffuser extension, and suction bell. Provide engineering services to inspect structural condition at site; submit report with recommendations for corrective action, if required. Prepare exposed surfaces by mechanical methods (wire brush, needle guns, etc.) to remove rust and loose paint. Coat with appropriate coating system. 4.Reassembly and Installation Assemble and reinstall items in the approximate reverse order of disassembly. Install new packing/seal rings, and seal joints with an elastomer compound to ensure a leak resistant condition. Reinstall 4500 HP electric motor; realign, re-dowel, and reconnect electrically and mechanically. Install Farvel grease system and recharge. 5.Operation Test Provide operation test of unit for a four hour period or until bearing temperatures have been stabilized for a one hour period. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and experience in performing the work requirements stated above. Please include a specific example of the firms relevant experience. Responses are due July 21, 2009. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Rachael Raposa. Responses are limited to twenty pages. Firms interested 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ09X0019/listing.html)
 
Place of Performance
Address: US Army Engineer District, New England 696 Virginia Road, Concord MA<br />
Zip Code: 01742-2751<br />
 
Record
SN01872369-W 20090712/090711001148-116506f59649285b2728521b259f0771 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.