SOURCES SOUGHT
Y -- EMISSION CONTROLS AT HUXTABLE PUMPING STATION
- Notice Date
- 10/7/2009
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-10-S-0001
- Response Due
- 10/14/2009
- Archive Date
- 12/13/2009
- Point of Contact
- Judy E Stallion, 901-544-0776
- E-Mail Address
-
US Army Corps of Engineers, Memphis District
(judy.e.stallion@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. This sources sought is being conducted by the Memphis District, Corps of Engineers. The purpose of this survey is to determine the availability, capability and interest of Small (8a), Service-Disabled Veteran-Owned Small Business (SDVOSB), and HUBZone Small Business concerns. PROJECT DESCRIPTION: This project will be for the removal of 10 diesel engine mufflers and 2 generator mufflers at Huxtable Pumping Plant and the replacement thereof with 2 stage catalytic converters. The 10 pump engines are Fairbanks Morse 3600 horsepower engines driving storm water pumps. The 2 515 Kw generators are powered by Caterpillar diesel engines. The catalytic converters will be 2 stage, the first stage being a DOC (diesel oxidation converter) stage for the reduction of CO by 90%, and the second stage being an SCR ( selective catalytic reduction) for the reduction of NOx by 90%. The SCR stage will use NX3 injection to reduce the NOx components. The NX3 injection will be monitored and controlled by a sophisticated PLC control system using sensors mounted on the catalytic converter. The controls will send signals to the NX3 flow valves which are responsible for accurately and constantly maintaining the proper ammonia flow rate so that the exhaust components never exceed allowable limits. The system will use anhydrous ammonia for direct injection into the converters. The transportation, storage and handling of anhydrous ammonia is very specialized and must be accomplished by someone familiar with all the rules and regulations dealing with the out-sourcing of flammable and hazardous chemicals. A 12,000 gallon tank for the storage of pressurized anhydrous ammonia liquid will be a part of the overall system. The manufacturer of the catalytic converters must show evidence that they have a minimum of 10 years experience in the construction and design of catalytic converters for large diesel engines. The project will require that the contractor check and modify converter supports as necessary and be capable of field installation of all piping, controls, wiring, tanks and power necessary to make this system completely safe, functional and dependable. The applicable NAICS code for this contract is 237110 with a size standard of $33.5 million. Firms responding to this announcement are requested to demonstrate in writing their capability of performing this project by addressing the following items, numbered 1 through 5. (1)Provide the Firms name, address, and the size of the firm and its socio-economic status (Small, 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), or HUBZone Small Business). (2)Provide five examples of projects similar to the construction for the removal of 10 diesel engine mufflers and 2 generator mufflers at a pumping plant and the replacement thereof with 2 stage catalytic converters that has been performed within the past ten years. Each project should have a detailed project description and include the amount of the project, and the beginning and end dates of the project. These projects should be relevant in terms of size, scope, and complexity. Experience such as construction for the removal of 10 diesel engine mufflers and 2 generator mufflers at a pumping plant and the replacement thereof with 2 stage catalytic converters. (3) For the ten relevant example projects requested in item (2), indicate whether you were the prime or a subcontractor. If you were the prime, indicated what percentage of the work you performed. If you were a subcontractor, identify your role in the contract why that role is relevant. (4)Provide a list of the firms current on-going projects, their bonding amount, their expected completion date the name, point of contact, and phone number of the prime contractors bonding company. (5)Provide evidence of bonding capability. Responses are required no later than 14 October 2009. Responses should be addressed to the U.S. Army Corps of Engineers, Memphis District, 167 N. Main Street B202 Memphis, TN 38103-1894 ATTN: Judy Stallion (CECT-MVM). Firms interested shall provide the above documentation, in one original form and one copy. Responses shall be limited to 10 pages. The Government will not pay for any material provided in response to this sources sought nor return the data provided. Please note that this is NOT a request to be placed on a solicitation mailing list nor is it an Invitation for Bids (IFB) or an announcement of a solicitation. The purpose of this sources sought is to determine if a set-aside under one of the small business programs is appropriate.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-10-S-0001/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN01981483-W 20091009/091007234946-36e7afc775d6ce3405a289ff61bee82f (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 |