Sources Sought for Modification of T Line in Building 340

Agency:
State: Texas
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159509227974127
Posted Date: Nov 20, 2023
Due Date: Nov 29, 2023
Source: Members Only
Follow
Sources Sought for Modification of T Line in Building 340
Active
Contract Opportunity
Notice ID
PANRSA-23-P-0000014937
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK CCAD CONTR OFF
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 20, 2023 03:43 pm CST
  • Original Response Date: Nov 29, 2023 04:30 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J047 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PIPE, TUBING, HOSE, AND FITTINGS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Corpus Christi , TX 78413
    USA
Description

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE (RFQ) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.



Your response to this Sources Sought shall be electronically submitted to the Contract Specialist, Harold "Jay" Russell, Jr., in either Microsoft Word or Portable Document Format (PDF), via email to harold.w.russell.civ@army.mil no later than 4:30 p.m. Central Standard Time (CST) on 29 November 2023. Reference this synopsis number in subject line of e-mail and on all enclosed documents. Market research responses received after the time and date specified will be determined to be late and may not be considered. Information and materials submitted in response to this request WILL NOT be returned.



If your organization has the potential capacity to meet this requirement, please provide the following information: Organization name, address, cage code, primary points of contact (POCs) and their email address, Web site address, and telephone number.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



______________________________________________________________________________________



5.0 REQUIREMENTS:



5.1 Basic Services: The Contractor shall modify the T line in conformance to the specification in 5.2.



5.2 Task/Requirement:



5.2.1 The control cabinet for the T line containing a PLC and multiple I/O modules for the T line shall be relocated from directly behind tank T4 to a location directly behind tanks T6 and T7. This will require disconnection of signal and power wiring and reconnection of the wiring after the cabinet is relocated. The Contractor shall document this work with both wiring diagrams and ladder diagrams.



5.2.2 Tank T4 shall be converted from a rinse tank into a process tank containing an aqueous degreaser. This will require the fabrication and installation of a cover plate for the rinse overflow which cascades into the adjacent rinse tank (note: tanks T3 and T4 are countercurrent rinse tanks with incoming water flowing into T4, outgoing water from T4 flowing into T3, and outgoing water from T3 flowing to the rinsewater drain line). Tank T4 is constructed of 304 stainless steel so this cover plate shall also be fabricated from 304 stainless steel and welded into place.



5.2.3 Immersion heaters, heater controller, and branch fusing shall be installed on tank T4. The Government shall supply the heaters, heater controller, and branch fusing for installation. The Contractor shall provide any additional materials such as wiring to the controller and heaters in order to make this installation. All hardware required to properly mount the heaters, controller, and branch fusing shall be supplied by the Contractor. Immersion heater system shall be tied into the existing SCADA system and operating information viewable on the human machine interface (HMI).



5.2.4 Exhaust hood shall be installed on tank T4. The Government shall supply the exhaust hood for installation. The Contractor shall supply all hardware required for proper installation on tank T4.



5.2.5 Ducting between the T4 exhaust hood and the ventilation system shall be procured and installed by the Contractor. The ducting at tank T14 shall be disconnected by the Contractor, the stub at T14 shall be blanked off and the riser for the ducting at T14 which connects to the main ventilation line below the second-floor level shall be made ready for connection with ducting from T4. The ducting from T4 shall be routed from the exhaust hood to the second-floor level and then routed along the top of the grating for the second floor to the riser at T14. All ducting including 90-degree elbows and straight duct shall be 16 inch diameter and constructed from polyvinyl chloride (PVC) and shall be supplied by the Contractor.



5.2.6 The incoming rinse water line to T4 shall be relocated by the Contractor to T3; all materials and hardware necessary for this relocation shall be supplied by the Contractor.



5.2.7 A push air line shall be installed by the Contractor at the front of T4 and shall be of similar design as the push air lines in use by other process tanks in the T line. This line shall be connected by the Contractor to the existing push air system for the T line. All materials and hardware required for this push air line shall be supplied by the Contractor.



5.2.8 A pump constructed of chlorinated polyvinyl chloride (CPVC) shall be installed on T4 by the Contractor. This pump shall be supplied by the Government.



5.2.9 Tank T2 shall be converted from an alkaline cleaning bath to a phosphoric acid bath. This shall require the use of a PVC liner of minimum thickness of 1/8” and of dimensions at 72” long x 42” wide x 168” deep with a 4” flange. The Contractor shall procure and install this liner.



5.2.10 Rectification shall be installed for Tank T2 by the Contractor. The rectifier (asset M3499) shall be provided by the Government but shall be relocated by the Contractor from its current location on the first floor near Tank G5 to the new location on the first floor adjacent to Tank T7 on the former Chiller #3 pad. The Contractor shall make connection between the rectifier and tank bussing on Tank T2. The wiring for the positive polarity shall be coated with red insulation and the wiring for the negative polarity shall be coated with black insulation. The Contractor shall install this wiring using appropriate connection lugs between the wiring and the rectifier and between the wiring and the tank bussing. The 500 KCMIL wire with red and black insulation shall be supplied by the Government. The rectifier controller shall be relocated from Tank G5 to Tank T2 and tied into the T line SCADA system with the operating information viewable on the HMI.



5.2.11 Tank bussing for Tank T2 to hold 316 stainless steel cathodes shall be installed by the Contractor. The bus bars shall be of copper metal of sufficient thickness to support the weight of the cathodes (approximately 100 pounds) and to conduct up to 500 A of DC current and shall be supplied by the Government. The Contractor shall supply the proper number of supports for the cathode bussing to minimize deflection in the bus bars from the weight of the cathodes. The bus bars shall be electrically isolated from the stainless-steel tank and shall be connected to the positive polarity wiring supplied from the rectifier. Two conductive bronze saddles (rated for 500 A) for holding the anode bar shall be procured and installed by the Contractor. The anode bus bar shall be of copper metal and a diameter of 1” with a length of 80” and shall be supplied by the Government.



5.2.12 Two cathodes of 316 stainless steel and a thickness of 14 gauge shall be procured and installed on Tank T2 by the Contractor. These cathodes shall be of dimension 40” width and 110” length and shall be hung on each cathode bus bar using 316 stainless steel straps.



5.2.13 Tank T1 shall be converted from an aqueous degreasing bath to a phosphoric acid bath. This shall require the use of a PVC liner of minimum thickness of 1/8” and of dimensions at 72” long x 42” wide x 168” deep with a 4” flange. The Contractor shall procure and install this liner.



5.2.14 Rectification shall be installed for Tank T1 by the Contractor. The rectifier (asset M0014) shall be provided by the Government but shall be relocated by the Contractor from its current location on the first floor near Tank T14 to the new location on the first floor adjacent to Tank T1 on the east side of the T line. The Contractor shall make connection between the rectifier and tank bussing on Tank T1. The wiring for the positive polarity shall be coated with red insulation and the wiring for the negative polarity shall be coated with black insulation. The Contractor shall install this wiring using appropriate connection lugs between the wiring and the rectifier and between the wiring and the tank bussing. The 500 KCMIL wire with red and black insulation shall be supplied by the Government. The rectifier controller shall be relocated from Tank T14 to Tank T1 and tied into the T line SCADA system with the operating information viewable on the HMI.



5.2.15 Tank bussing for Tank T1 to hold 316 stainless steel cathodes shall be installed by the Contractor. The bus bars shall be of copper metal of sufficient thickness to support the weight of the cathodes (approximately 100 pounds) and to conduct up to 500 A of DC current and shall be supplied by the Government. The Contractor shall supply the proper number of supports for the cathode bussing to minimize deflection in the bus bars from the weight of the cathodes. The bus bars shall be electrically isolated from the stainless-steel tank and shall be connected to the positive polarity wiring supplied from the rectifier. Two conductive bronze saddles (rated for 500 A) for holding the anode bar shall be procured and installed by the Contractor. The anode bus bar shall be of copper metal and a diameter of 1” with a length of 80” and shall be supplied by the Government.



5.2.16 Two cathodes of 316 stainless steel and a thickness of 14 gauge shall be procured and installed on Tank T1 by the Contractor. These cathodes shall be of dimension 40” width and 110” length and shall be hung on cathode bus bar using 316 stainless steel straps.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BLDG 129 MS 7 308 CRECY ST
  • CORPUS CHRISTI , TX 78419-5260
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 20, 2023 03:43 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >