Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
SOLICITATION NOTICE

43 -- DEWATERING PUMP 2EA

Notice Date
5/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-05-Q-0078
 
Response Due
6/1/2005
 
Archive Date
7/31/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W912EF-05-Q-0078 Posted Date: 05/17/2005 Response Date: 06/1/2005 Set-Aside: Total Small Business Contracting Office Address: U.S. Army Corps of Engineers, 201 North Third Street, Walla Walla Wa. 99362 Point of Contact: J. Todd Patchin, 509.527.7205 James.t.patchin@nww01.usace.army.mil Description: This is a combined synopsis/solicitation (# W912EF-05-Q-0078) 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 o nly solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular 05-03. This combined synopsis/solicit ation is set-aside 100% for small business. The NAICS code is 333911. CLIN 0001: Dewatering Pumps: FFP QTY: 2. (1)The pumps shall be turbine type with above ground discharge. Each pump shall be capable of delivering a minimum of 1500 GPM at 165 feet of total dynamic head. At 175 feet of total dynamic head, minimum flow shall be 1350 GPM. The pumps shall connect to an 8 discharge pipe with a standard ANSI 150 psi class flange, and be mounted to an 18 standard ANSI 150 psi stud pattern. The vertical distance from discharge centerline to the bottom of the mounting flange (suction side) shall be 10. The pump column s ections shall be screwed together using threaded ends and threaded couplings. The pump inlet, strainer, bowls and column sections shall fit inside a 15 ID casing. Shaft bearings shall be lubricated by the water being pumped. Vertical distance from the dis charge centerline to the sump floor is 153 feet. The pump suction inlet shall be within 18 inches of the sump floor. (2)The bowls shall be flanged type constructed of close-grained cast iron in conformance with ASTM A48, class 30. They shall be free from sand holes, blow holes, or other faults and must be accurately machined and fitted to close tolerances. They shall be capable of withstanding a hydrostatic pressure equal to twice the pressure at rated flow or 1.5 times shut-off head, whichever is greater. The intermediate bowls shall have lined waterways for maximum efficiency and wear protection. All intermediate bowls shall be identical design for interchangeability. All the bowls shall be fitted with sleeve type bearings of bronze alloy C89835. (3)Impellers shall be constructed from ASTM B584 silicon bronze and shall be the enclosed type. They shall be free from defects and must be accurately cast, machined, and filed for optimum performance and minimum vibration. Impellers shall be balanced to g rade G6.3 of ISO 1940 as a minimum. They shall be securely fastened to the bowl shaft. The suction bowl shall be provided with a non-soluble grease packed bronze bearing. A bronze sand collar shall be provided to protect this from abrasives in the pumping fluids. The bearing housing shall have sufficient opening at the bottom for easy remova l of the bearing. Pump shaft shall be constructed of ASTM 582 Type 416 stainless steel. It shall be precision ground and polished with surface finish better than 40 RMS. (4)Each column pipe section shall not exceed 10 feet in length. The pipes shall be of ASTM A53 grade B steel pipe and the weight shall be no less than schedule 40. The shaft shall be accurately aligned using centering spiders, placed at no more than 10 fee t on center. The line shaft shall be constructed of ASTM 582 Type 416 stainless steel. It shall be precision ground and polished with surface finish better than 40 RMS. The line shaft shall not exceed 10 feet in length and shall be interchangeable. The sec tions shall be coupled with threaded couplings (left hand thread) constructed of 304 stainless steel. The shaft diameter and coupling shall be designed in accordance with AWWA Standard E101. The shaft sha ll be provided with 304 stainless steel sleeves to act as a journal at each bearing location. Shaft undercutting to accommodate the sleeve is prohibited. (5)Bearings shall be fluted rubber retained in the centering spider by a shoulder on each end of the bearing. (6)The motor shall be a hollow shaft, heavy-duty squirrel cage induction type, NEMA Class B or Class F insulation with WP-1 enclosure. The motor operating speed shall not exceed 2200 RPM. The motor shall be equipped with a non-reverse ratchet to prevent re verse rotation. The thrust bearing shall carry the weight of all rotating parts plus the maximum hydraulic thrust load under all operating conditions. The minimum calculated L10 life shall be no less than 5000 hours. The motors shall be standard efficiency , 1.15 service factor, and be suitable for operation using 3 phase, 480VAC 60 Hz service. (7)An adjusting nut shall be provided at the top of the motor for setting the impeller to operate at optimum operation. Note: the apparent low bidder shall furnish and deliver two new dewatering pumps and motors to Ice Harbor Dam. Government personnel will remove the existing pumps and install/start-up the new dewatering pumps. The contractor shall also provide Operation an d Maintenance Manuals. Two sets of technical documentation, including pump performance curves, NPSHR, component specifications and drawings (shop and as-builts) shall be submitted to the technical point of contact at site (through Contracting Office), for approval, prior to contract award. The new unwatering pumps and motors shall be covered under a one-year warranty for material and workmanship. O & M MANUALS: Contractor shall also furnish three copies of O & M manuals, complete with recommended periodic maintenance schedules. The O & M manuals shall also include engineering data, pump curves, NPSHR, and a detailed parts list. The delivery of the manuals shall occur no later than 4 business days after the final delivery. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offe ror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR and DFARS clauses and provisions shall apply to this acquisition: 52.252-2, 52.211-6, 52.204-7, 52.232-33, 252.225-7000, 252.204-7004 Alternate A, 252.243-7001. The Far Clause 52.214-21 Descriptive Literature shall apply to this acquisition: The FAR clause 52.212-5 and paragraphs (a) and (b) therein, Contract Terms and Conditions Required t o Implement Statutes or Executive Orders-Commercial Items, shall apply to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222.36, 52.225-13, 52.203-6, 52.219-6. The DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implem ent Statutes or Executive Orders Applicable to Defense Acquisitions, of Commercial Items (JAN 2005) paragraph (b), shall apply to this acquisition: 252.225-7001, 252.225-7016, 252.232-7003, 252.247-7023, 252.247-7024. As per 52.252-2, the full text of a FA R and DFAR clauses may be accessed electronically at http://farsite.hill.af.mil. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award will be made. If company is not registered in CCR, they may do so by goin g to CCR web site at http://www.ccr.gov. Submit quotes to james.t.patchin@nww01.usace.army.mil or fax to 509.527.7803. P.O.C. is: Todd Patchin @ 509.527.7207. Quotes must be in NLT 4:00 pm PST, June 1st, 2005 or they will be considered late. Place of Delivery: Fob Destination, Ice Harbor Dam, 2763 Monument Drive Burbank WA.99323. Delivery shall commence no later than 60 days after the receipt of contract award. All units shall be delivered no later than 90 da ys after the receipt of the contract award. Contractor shall make prior arrangements with the Government Personnel at site to deliver and unload the equipment Normal working hours at Ice Harbor Dam is 6:30 a.m. to 5:00 p.m., Monday through Thursday. The de livery shall arrive between 7:00 a.m. and 2:00 p.m. during normal working days. This is to allow for unloading and inspection. The delivery shall be made to the south side of the dam. Delivery address is as follows: Pertinent information -Except Card Payment YESNO -BUSINESS SIZE ____________________ -TAX ID # ____________________ -DUNS # ____________________ -CAGE CODE # ____________________ -BUSINESS NAME ____________________________________ -BUSINESS POC ____________________________________ -BUSINESS ADDRESS ____________________________________ -BUSINESS PHONE ____________________________________ -BUSINESS E-MAIL ____________________________________ -TOTAL PRICE $_____________ SIGNED:______________________________________DATED:______________
 
Place of Performance
Address: Ice Harbor Dam 2763 Mountain Drive, Burbank WA
Zip Code: 99323
Country: US
 
Record
SN00809667-W 20050519/050517212458 (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.