Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2024 SAM #8216
AWARD

Z -- Repair and Renovate Storm Water Lift Station, Bldg. 986, NAS Lemoore, CA

Notice Date
5/24/2024 3:34:08 PM
 
Notice Type
Award Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N62473-24-R-J503
 
Archive Date
06/09/2024
 
Point of Contact
Nathalie Zielinski, Phone: 5599983892, Antonio B. Harley, Phone: 5599982086
 
E-Mail Address
nathalie.m.zielinski.civ@us.navy.mil, Antonio.b.harley1@navy.mil
(nathalie.m.zielinski.civ@us.navy.mil, Antonio.b.harley1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Award Number
N62473-19-D-1202
 
Award Date
05/09/2024
 
Awardee
FRAWNER CORPORATION Anchorage AK 99507 USA
 
Award Amount
8995000.00
 
Description
1.3.1.1 Base Contract: a. Remove trash, and drain the inlet basin and the sump pits. b. Provide temporary bypass pumping service from inlet basin to outlet basin during the work until successful commissioning of new electrical system. c. Remove existing Lift pump D2, associated motor, appurtenances, pipe supports and piping other than the section embedded in the concrete wall. Existing Lift pumps D1 and D3 and their associated motor, appurtenances and piping remain during Base Contract (see appendix B1: Contract drawings). d. Remove existing Sump pumps (S1 and S2), associated motors, appurtenances and suction piping. The discharge piping must remain. e. Remove the existing fencing around electrical substation and equipment. f. Remove all electrical equipment and components, including but not limited to unit substation enclosure, transformers, disconnect switches, HV fuses, cables to pump motors, control cables, and existing aboveground and underground conduits. g. Demolish existing concrete foundation of electrical equipment. h. Provide the following items: 1. one new Lift pump package (D2) including, but not limited to electromotor, pump, coupling and appurtenances . The pump must be axial flow type with total dynamic head (TDH) of 14 feet and capacity of 47,000 gallon per minutes (GPM). Consider 200 to 250 horsepower (hp) for the associated electromotor rating. Apply coating to exposed metal surfaces, if any. 2. Lift pump discharge piping, supports and connections. Connect the new discharge lines to the existing pipes embedded in the concrete wall. Repair the embedded pipe as needed. Apply coating. 3. Two new Sump pump packages (S1 and S2) including electromotors, pumps, couplings and appurtenances. The pumps must be axial flow type with TDH of 25 feet and capacity of 1400 GPM. Consider 15 hp for the associated electromotors rating. Connect the new pumps discharge to the existing discharge piping. Apply coating to exposed metal surfaces, if any. 4. Build new concrete foundation for electrical equipment. 5. New electrical components for all three Lift pumps and both Sump pumps, including but not limited to electromotors, unit substation enclosure, transformers, disconnect switches, HV fuses, cables to pump motors, control cables, and aboveground and underground conduits in accordance with Contract drawings and specifications. 6. New fence around the electrical equipment on the new concrete foundation. i. Connect the new electrical system to Lift pumps D2 and D3 as well as Sump pumps S1 and S2, supply power and make pumps D2, D3, S1 and S2 ready for normal operation. 1.3.1.2 Option 1: a. Remove trash and drain the inlet basin. b. Disconnect the existing Lift pump D3 from the electrical system. Remove existing Lift pumps D1 and D3, associated motors, appurtenances, pipe supports and piping other than the section embedded in the concrete wall. c. Provide the following items: 1. Two new identical Lift pump packages D1 and D3, including, but not limited to electromotors, pumps, couplings and appurtenances. The pumps must be axial flow type with total dynamic head (TDH) of 14 feet and capacity of 47,000 gallon per minutes (GPM). Consider 200 to 250 horsepower (hp) for the associated electromotors rating. Apply coating to exposed metal surfaces, if any. 2. Lift pumps discharge piping, supports and connections. Connect the new discharge lines to the existing pipes embedded in the concrete wall. Repair the embedded pipes as needed. Apply coating. d. Connect the new electrical system to the new Lift pumps D1 and D3, supply power and make pumps D1 and D3 ready for normal operation. 1.3.1.3 Option 2 a. Provide and install new catwalk. b. Remove rust, clean and prepare the existing stair, ladder, railings, trash rack brackets, catwalk and flap gates for coating. Apply coating. 1.3.1.4 Option 3 a. Remove trash and drain the inlet basin. b. Inlet Basin: Clean concrete surfaces and remove loose concrete. Where the rebars are exposed, remove the rust and coat the steel surfaces with coating. Repair the damaged concrete surfaces and seal the cracks. Apply Epoxy coating to concrete surfaces from floor to high level alarm water elevation. Perform the work in accordance with section 03 01 00 REHABILITATION OF CONCRETE and section 09 96 00 HIGH-PERFORMANCE COATINGS. c. Outlet Basin: Clean concrete surfaces and remove loose concrete. Where the rebars are exposed, remove the rust, clean and coat the metal surfaces with coating. Repair the damaged concrete surfaces and seal the cracks. Apply Epoxy coating to concrete surfaces from floor to high level alarm water elevation. Perform the work in accordance with section 03 01 00 REHABILITATION OF CONCRETE and section 09 96 00 HIGH-PERFORMANCE COATINGS. d. Transport the existing trash racks from stored location to the job site. Remove rust, clean and prepare for coating. Apply coating. Provide the missing wall bracket. Install the trash racks. 1.3.2 Location The work is located at Naval Air Station Lemoore (NASL) Stormwater Lift Station (B-986), approximately as indicated on the Contract drawings. The exact location will be shown by the Construction Manager (CM).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/633ab980591c4f54992df86fa2d5fb03/view)
 
Place of Performance
Address: Lemoore, CA 93246, USA
Zip Code: 93246
Country: USA
 
Record
SN07076107-F 20240526/240524230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.