SOURCES SOUGHT
Y -- Kentucky Lock Lift Pump Station Repair/Replacement
- Notice Date
- 12/15/2025 12:47:25 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- W072 ENDIST NASHVILLE NASHVILLE TN 37203-1070 USA
- ZIP Code
- 37203-1070
- Solicitation Number
- W912P5-26-Q-KLSR
- Response Due
- 12/29/2025 10:00:00 AM
- Archive Date
- 01/13/2026
- Point of Contact
- Samantha Clay, Phone: 6153300089, Cierra Vega, Phone: 6157367976
- E-Mail Address
-
samantha.j.clay@usace.army.mil, cierra.r.vega@usace.army.mil
(samantha.j.clay@usace.army.mil, cierra.r.vega@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Request for Information: The Government is issuing this Request for Information to determine a competitive basis for the procurement described. This is not a solicitation. No reimbursement will be made for any costs associated with providing information in response to this survey. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Requirement: Contractor shall furnish all materials, supplies, tools, equipment, transportation, supervision, quality control, and labor necessary to complete this Scope of Work. All materials and workmanship will be manufactured and accomplished according to industry standards and specifications. For additional information, reference the attached document, �Lock Wall Lift Station Pump Repairs Reference Document�. Two (2) new pumps, 40 GPM and 108 feet TDH, 5.0 HP, 3450 RPM, 460/3/60 Hz will be procured and installed within the Lock Wall lift station. The existing pump supports within the lift station are damaged and new pump supports will need to be installed. The contractor shall also verify if the Conery base can be reused without modification. If not, the contractor will be responsible for replacing the base. Costs estimated for this work shall include any pumping/removal of existing waste in the lift station that is required to complete this task safely. Reference the provided reference document for additional details related to existing utilities associated with the lift station. The existing lift station contains two (2) grinder pumps. One of the existing pumps has been removed and replaced. The removed pump shall be repaired to full functionality. The removed pump is a Zoeller Model G7112, 7.5 HP, 3450 RPM, 460/3/60 Hz, submersible high head grinder pump complete with 2 � inch horizontal discharge flange that is adaptable to 3-inch, SC/SC lower seal, 7.125-inch diameter impeller complete with 25-feet power & control cable. The contractor shall repair or replace the transducer associated with the lift station pump. The currently installed transducer is precision digital PDA6420 Split Core AC Current Transducer. The contractor shall replace �in-kind� the 2� check valve inside the wet well. The existing check valve is Flomatic Check Valves Model 508 Part Number 3235. The contractor shall replace �in-kind� the 2� ball valve inside the wet well. The existing ball valve is Flomatic Ball Valves Part Number SSBV1000-20. Verify operation of the new ball valve with the extension handle. The Contractor shall perform a functionality test to ensure the system works as intended. Test procedures describing the functionality test shall be submitted to the Government for review and approval. The following functions shall be tested to verify that they are functioning as intended by design: Both pumps automatically run via the transducer system. Both pumps automatically run via the float system. The pumps automatically switch from the transducer system to the float system if the transducer system fails. Period of Performance: The Period of Performance shall be performed within 30 calendar days of the award date. Place of Performance: Kentucky Lock Resident Office 193 Taylor Park Rd. Grand Rivers, KY 42045 NAICS: The anticipated NAICS code for this requirement is 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a size standard of $19,000,000. Survey: Please send responses to the Market Survey to Samantha Clay at Samantha.J.Clay@usace.army.mil and Cierra Vega at Cierra.R.Vega@usace.army.mil by 12:00PM CT on December 29, 2025. Name of Firm: CAGE: Point of Contact (include email address) Are you classified as a small business under any of the following NAICS code: 238210 (Electrical Contractors and Other Wiring Installation Contractors) 5. If this requirement is advertised, do you anticipate submitting a quote? 6. List three (3) projects completed within ten (10) years of the date of this notice that demonstrates experience with electrical and wiring installation: Project Name / General Description: Contract Number (if applicable): Dollar Amount: Project Name / General Description: Contract Number (if applicable): Dollar Amount: Project Name / General Description: Contract Number (if applicable): Dollar Amount:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3fa39b077e484161a17dc90f7b1e2274/view)
- Place of Performance
- Address: Grand Rivers, KY, USA
- Country: USA
- Country: USA
- Record
- SN07666746-F 20251217/251215230044 (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 |