Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2003 FBO #0496
SOLICITATION NOTICE

48 -- 4810--PURCHASE OF VALVES AND ACTUATORS FOR THE YUMA AREA OFFICE, YUMA AZ

Notice Date
4/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
BOR/YAO Myra Cordero 928-343-8134 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
03SQ340128
 
Archive Date
4/7/2004
 
Point of Contact
Myra Cordero mcordero@lc.usbr.gov Contract Specialist 9283438134 mcordero@lc.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Request for Quotation No. 03-SQ-34-0128 which incorporates all provisions and clauses in effect through Federal Acquisition Circular No. 2001-12. This is a Small Business Set Aside, the North American Industrial Classification Code is 332911 and the small business size standard is 500 employees. The Bureau of Reclamation (Reclamation), Yuma Area Office, Yuma Desalting Plant, has a requirement for Tricentric Butterfly Valves and Actuators to be used on high pressure pumps. BACKGROUND: Reclamation is currently in the process of replacing a number of existing high pressure pump valves and actuators. The existing high pressure pump butterfly valves have seen limited service but because of the ph of water being processed, the aluminum bronze disks of the butterfly valves have eroded to the point the valves no longer provide a positive seal. A second problem associated with the various valves has been the motor operated valve actuators are undersized for the typical operating pressures of the desalting plant. Reclamation has been in the process of replacing the valves and actuators over the years as a design deficiency. Reclamation plans to purchase the final set of replacement valves and all of the remaining associated actuators. SCHEDULE OF SUPPLIES/SERVICES: Contractor shall furnish all of the equipment and materials as listed herein: CLIN 001, Butterfly Valves, 18-inch diameter, Stainless Steel including O-rings, actuator adapter plates and bolts, 6 EACH, $_____/EACH; CLIN 002, Valve Actuator, High Pressure, Motor Operated, 18-inch, 11 EACH, $_____/EACH; CLIN 003, Valve Actuator, Motor Operated, High Pressure, 24-inch, 2 EACH, $_____/EACH. CLIN 004, Valve Actuator, Motor Operated, High Pressure, 12-inch, 2 EACH, $_____/EACH. GRAND TOTAL: $_________. Delivery is FOB Destination, to the Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma, Arizona 85364. REQUIREMENT SPECIFICATIONS: The supplied valves shall be Tricentric Butterfly valves with the following salient characteristics or an approved equal product. Salient Characteristics: 1. Valves shall be designed and built in accordance with ASME B16.34 (1996); 2. Cast 316 Stainless Steel per ASTM A351 (2000) CF8M body material; 3. Stainless Steel Shaft; 4. ASTM A351 (2000) CF8M disc with 316 SST/Grafoil laminated seal stack; 5. Monel bolting for wetted parts; 6. Wafer end connections with 1/4-inch O-ring groove; 7. Tapered cone type sealing arrangement; 8. Graphoil packing; 9. Bare stem with no operator; 10. Zero leakage (shaft side flow) test criteria; and 11. A Hydrostatic test report documenting seat leakage results. Butterfly valves shall be quarter (1/4) turn butterfly/disc. Valves shall be ANSI Class 300. End connections shall be wafer type. Grove each side for a 1/4-inch O-ring seal to mate with standard flat face piping flanges. Groove dimensions shall be a minimum of 1- inch larger than the outside diameter of the designated pipe, 1/4-inch deep and 3/8-inch wide or as required for AS-469 O-ring for 18-inch valves. Butterfly valves shall have a metal to metal disc seal with zero leakage. Packing glands shall be adjustable. Wetted parts shall be 316 Stainless Steel, including body, except for threaded bolts. Material selection for bolts shall not promote galvanic corrosion, and shall help alleviate galling and/or seizing of threaded parts. OPERATING CONDITIONS: Valves will be located adjacent to the Yuma Desalting Plant (YDP) clearwell structure at the high pressure pump discharge header on the reverse osmosis feed headers. The valves and associated actuators will be exposed to the elements and required to operate in a temperature range of 0 degree Celsius (32 degree Fahrenheit) to 50 degree Celsius (122 degree Fahrenheit). Valves shall be bidirectional and shall be capable of handling water with a specific gravity of 1.0. The operational ph range of the water will be between 4 and 5, with a total dissolved solids content of 3,000 mg/l (3,000 parts per million). The maximum operating pressure differential will be 500 pounds per square inch (PSI). SUBMITTAL REQUIREMENTS: Contractor shall submit the following information with their proposal: 1. Details and dimensions, types, weights, and materials of construction; 2. Manufacturers catalog cuts and other documentation showing the valve, model, and outline dimensions; 3. Flow coefficients; 4. Actuator torque requirements (to include breakaway, running, and maximum) and operating arc/revolution requirements; 5. Installation, actuator mounting dimensions including shaft and mounting flange, and set up instructions. VALVE MARKING: Valves shall be marked with a stainless steel identification plate in accordance with the requirements of MSS-SP-25 (1998). ELECTRICAL ACTUATORS: Contractor shall size and furnish electric valve actuators with the necessary torque requirement for operating 24-inch, 18-inch and 12-inch Case 316 Stainless Steel valves. The actuators shall be sized for the necessary torque requirements to seal, breakaway, and run under the conditions outlined for their respective valves. Supplier shall furnish and size all necessary adapter plates. Actuators shall meet the following minimum specification requirements: Voltage - 3 phase 480V (60 Hz); Action - Modulation 2 Way with Fail Last Position; Motor Type - Squirrel cage; Motor Brake - Standard; Motor protection; Enclosure - NEMA 4; Surface Cooling; Override Control - Manual Handwheel; Control Input - remote NO contacts; Fully Open/Close Limit Switch - 2 SPDT 10Amp; Mechanical Position Indicator - O/C Position. O & M MANUALS: Three (3) sets of installation and maintenance instructions shall be furnished for each size of valve and actuator supplied. Instructions shall include detailed instructions for adjustments, recommendations for the proper type of lubricants and parts list with part numbers and descriptions of material supplied. Installation and operation manual shall also include valve test data. REFERENCES: (1) American Society for Testing and Materials (ASTM), 100 Bar Harbor Drive, West Conshohocken, PA 19428-2959; (2) Manufacturers Standardization Society (MSS), 127 Park Street, N.E. Vienna, VA 22180-4602; (3) National Electrical Code (NEC), (1996 edition), national Fire Protection Association, Batterymarch Park, Quincy, MA 02269-9101; (4) National Electrical Manufacturer's Association (NEMA), 1300 North 17th Street, suite 1847, Rosslyn, VA 22209; (5) American National Standards Institute, 1819 L Street NW, Washington D. C., 20036. Proposal Required Documentation: The following data shall be supplied with the proposal document for evaluation/approval in such detail that the Government can determine the suitability for service: Manufacturer catalog cuts and other documentation showing the valve, model, materials of construction, and outline dimensions. Chart of coefficients. Actuator torque requirements (including breakaway, running, and maximum) and operating arc/revolution requirements. Three (3) sets of the following shall be supplied with the valves; Spare parts list and Installation, actuator mounting dimensions including shaft and mounting flange, and set up instructions. FOB is Destination. Delivery shall be palletized and is desired within 14 weeks after receipt of order; however, alternate delivery/leadtimes will be considered and will be rated acccordingly. Delivery shall be made to Bureau of Reclamation, 7301 Calle Agua Salada, Yuma AZ 85364. The deadline for receipt of bids is April 21, 2003, 4:15 p.m. local time. Responses to this RFQ should be mailed to Bureau of Reclamation, Yuma Area Office, Attention: YAO-3110, 7301 Calle Agua Salada, Yuma AZ 85364. All responsible sources may submit a bid which shall be considered by the agency. Provision 52.212-1, Instructions to Offerors - Commercial applies. Provision 52.212-2, Evaluation - Commercial Items; Evaluation will be based on the lowest priced technically acceptable product offered by a responsible vendor with a satisfactory Past Performance history which meet the Delivery Schedule of 14 weeks after receipt of Award. The offeror shall provide the descriptive literature that demonstrates the product's ability to meet the minimum requirements of the specifications; a list of 3 references of current or past projects for the same or similar product, list Company Name, Point of Contact, Telephone Number, City and State; and a completed copy of 52.212-3, Offerors Representations and Certifications - Commercial Items. Failure to provide the aforementioned items may result in the Contractors proposal being considered as Non-responsive. Provision 52.212-3, Offerors Representations and Certifications - Commercial Items; a completed copy of this provision shall be required with the bid. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies with no addenda to the clause. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies and the following clauses are applicable: Nos. 7, 11, 12, 13, 14, 15, 16, 19, and 24. No DPAS has been set. Award will be made to the responsible offeror that provides a technically acceptable product at the lowest price. The offeror shall provide descriptive literature that demonstrates the product's ability to meet the minimum requirements of the specifications; a list of at minimum 3 references for current or past project for the same or similar product, list Company Name, Point of Contact, Telephone Number, City and State. The full text of a FAR provisions or clauses may be accessed electronically at this address: http://www.acqnet.gov/far/. See Note: 1
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142534&P_OBJ_ID1=97269)
 
Place of Performance
Address: Yuma AZ
Zip Code: 85364
Country: US
 
Record
SN00298761-W 20030410/030408213845 (fbodaily.com)
 
Source
FedBizOpps.gov 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.