Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOLICITATION NOTICE

43 -- Booster Pumps, Cousins and Dwyer Pumping Stations

Notice Date
6/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P807T0134
 
Response Due
7/6/2007
 
Archive Date
9/4/2007
 
Small Business Set-Aside
N/A
 
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 no written solicitation will be issued. Solicitation number W912P8-07-T-0134 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAR Circular 2005 -16 and Class Deviation 2005-0001. This will be an UNRESTRICTED procurement. NAICS: 333911. The estimated cost is between $25,000.00 and $100,000.00. PRODUCT SPECIFICATIONS: Item 0001 Potable Water Booster Pump. Contractor shall provide pump for Cousins Pu mping Station in accordance with attached specifications, contract terms & conditions, and provisions. Item 0002 Potable Water Booster Pump. Contractor shall provide pump for Dwyer Pumping Station in accordance with attached specifications, contract terms & conditions, and provisions. Item 0003 Generator Cooling Booster Pump. Contractor shall provide pump for Dwyer Pumping Station in accordance with attached specifications, contract terms & conditions, and provisions. Description SCOPE OF WORK COUSINS PUMPI NG STATION:?This work consists of furnishing all plant, labor, materials and equipment and performing all operations required to furnish, deliver, and test a new potable water booster pump assembly. The electric motor for the potable water booster pump sha ll be 7.5 H.P., 3375 RPM maximum pump speed, 3 phase, 460 volt, 60 HZ, open dripped proof, ball bearing induction motor, Model No. C830AM as manufactured by U.S. Electric Company or equal. The potable water booster pump shall be Model No. C810A as manufac tured by Peerless Company or equal, hydro-constant variable speed oil filled drive, bronze fitted end suction type pump. The pump shall be capable of pumping 125 gpm of water at total head of 127 feet. SUBMITTALS: Contractor shall submit detailed drawings and pump curves to clearly show part details, dimensions and tolerances. At the time of delivery of equipment, the contractor shall provide three (3) copies of complete information on installation, operation, lubrication, adjustment, routine and special m aintenance, disassembly, repair, reassembly, and trouble shooting diagnostics for the pumps and motors. The manuals shall list the manufacturers name, model number, parts list and a brief description of all equipment. PRODUCTS: POTABLE WATER BOOSTER PUMP : Existing potable water pump shall be a Peerless model No. C810A potable water booster pump or equal, consisting of a centrifugal pump, variable speed drive, coupling, coupling guards, electric motor, mounted on a common steel base. The water booster pump shall provide a flow rate of 125 gpm at a total differential head of 127 feet at the maximum impeller speed. Pump shall also be capable of pumping 125 gpm at a total differential head of 25 feet. This second design point is to be reached by slowing the pump down. The booster pump will be pumping fresh water with a specific gravity of 1.0. The booster shall be horizontal, end suction type centrifugal pump capable of meeting the design criteria above. Pump shall be constructed of bronze, aluminum bronze, or other copper alloy for corrosion resistance pump as manufactured by Peerless Pump Company, Model No. 810A or approved equal. The pump connection shall be FNPT. The variable speed drive shall be the oil filled type capable of power transmission througho ut its complete speed range without vibration, noise or shock loading, Peerless Hydroconstant type MP drive or approved equal. The variable speed drive shall be a horizontal, foot mounted drive with motor and pump mounted directly on the drive housing. El ectric Motor: The electric motor shall be open drip proof, C-face type with 460 volt, 3 phase, and 60 hertz. The motor will be installed in a non-hazardous are a. Minimum motor horsepower shall be 7.5 HP at 3500 RPM maximum speed. The motor shall be furnished with controls as specified below. Pump Controller: Pump controller shall be Model # A/300/D620i/F100 VSD as manufactured by US Filter, subsidiary of VIVEND I Environmental Company or approved equal, and shall be housed in a NEMA type 3R enclosure suitable for wall mounting. The panel will operate on 480 volt, 3 phase, 3 wire, 60 HZ incoming service. The unit shall be capable of monitoring system discharge p ressure via internally mounted pressure transducer and provide pump up constant pressure control of 7.5 HP motor. Unit shall provide 0-12 VCD output for interface to motor speed control. Unit shall include monitoring of suction pressure via two remote mou nted pressure switches for low suction cutout and restore and alarm. TO INCLUDE: 1. NEMA 3R wall mounted enclosure with inner door, back panel and 3 point latch kit. 2. Model D620i microprocessor based controller with 32 character alphanumeric LCD display and 16-position keypad that will allow the operator to view and configure the parameters. 3. Circuit breaker, 3 pole w/Operator interlock handle. 4. FVNR motor starter NEMA size 1, w/O.L & reset got 7.5 HP pump. 5. Selector Switch 3-position hand-Off-Auto . 6. Indicator light (PTT)  Pump Run. 7. Indicator light  Power On. 8. Transformer 480/120VAC  Control Power w/primary & secondary fusing. 9. Analog Signal Conditioner (1-5VDC in, 0-12 VDC out) 10. Motor 221GCE Pressure Transducer w/shutoff & bleed val ves & 3.5 pressure gauge. PRESSURE SWITCH FOR POTABLE WATER BOOSTER PUMP Booster Pump Suction Pressure Switch: Pressure switch with dual 20-180 PSI adjustable range. Switch shall be individually adjustable and shall be SPDT, rated 15 amps at 250 VAC with Buna-N O-rings, aluminum casting, Teflon coated diaphragm, and weather tight construction. Static-O-ring model # 66 V1-K5-N4-B2A or approved equal. Switch point shall be set initially at 45psi to switch pump on and at 10 psi to switch pump off. Booster Pu mp Discharge Pressure Switch Pressure switch with 20-180 PSI adjustable range. Switch shall be SPDT, rated 15 amps at 250 VAC with viton O-ring, brass casting, 316 SST diaphragm, and weather tight construction. Static-O-ring model # 6NN-K5-N4-DIA or appr oved equal. POTABLE WATER BOOSTER PUMP SYSTEM OPERATION The fresh water system will take water from the local water supply to provide water to the pump stuffing boxes, gear oil coolers, the vacuum pumps, and the restroom facilities. The pressure is typica lly 60 psig. If the water pressure falls to 45 psig, a pressure switch on the suction of the booster pump shall turn the booster pump on. The speed of this is controlled by a pressure transmitter on the discharge of the pump. The transmitter shall send a 4-20 milliamp signal to a controller that controls the pump speed. The speed of the pump shall be varied to maintain a pump discharge pressure of 60 psig. The pressure switch on the suction side of the booster pump will turn the pump off when the pressure increases to 50 psig. If the local water service pressure falls to 10 psig, the booster pump will be stopped to prevent the pump from cavitating if the suction pressure is too low. The emergency water well will be manually operated. This will be turned on when the water pressure is considered to be low. PAINTING: Each pump shall be thoroughly cleaned, after testing, and painted with at least one coat of high-grade machinery enamel prior to shipment. INSPECTION: Unless waived in writing, all inspections and initial acceptance will be made by the Government at origin. All material and workmanship shall be subject to inspection, examination and test by Government inspectors at any place and all times during manufacturing of equipment. The Contractor shal l furnish, at his expense, all reasonable facilities, labor and materials necessary for the safe and convenient inspection, and test that may be required by the Government Inspectors. When the inspector determines that the equipment is satisfactory, it will be accepted for shipment. Where the presence of a Government Inspector is waived, four certified copies of inspection reports shall be furnished to the Contra cting Officer. ACCEPTANCE: When shipment of equipment has been delivered, the final inspection and acceptance will be made by the Government at the destination. PRESERVATION/PACKAGING/PACKING: Preservation packaging, and packing for shipment of all items s hall be in accordance with commercial practice and adequate for safe transportation. Each item shall be protectively processed for short term indoor storage which as a minimum shall include completely wrapping the unit in heavy gage polyethylene sheeting, sealing all edges with tape and enclosing a desiccant bag in the wrapping. DELIVERY OR PERFORMANCE Contractor shall include delivery cost in bid price. Prior to delivery, the Contractor shall make arrangements for delivery with Mr. Robert Guillot, USACE, Office Phone: (504) 862-1205, Mobile Phone: (504) 628-5092. The one (1) pota ble water booster pump assembly for Cousins Pumping Station shall be delivered f.o.b. destination as follows: TYPE OF SHIPMENT : Truck DESTINATION: Cousins Pumping Station 2466 Destrehan Ave. Harvey, LA 70058. COMPLETION OF WORK: The Contractor shall have the equipment specified herein ready for shipment within 60 days after the notice to proceed has been issued by the Contracting Officer. WARRANTY: The Contractor shall guarantee all equipment for any defects or workmanship for one year from the date of i nstallation of the equipment in new pumping station. SCOPE OF WORK: DWYER ROAD PUMPING STATION: The work provided for herein consists of furnishing one (1) potable water booster pump and one (1) generator cooling water booster pump for the Dwyer Road Pumpi ng Station. PUMP DESIGN REQUIREMENTS: Domestic Water Booster Pump: Pump shall discharge not less than 40 gal/min at 46 feet total dynamic head and shall have 2-inch suction and 2-inch discharge flanged connections. Pump shall be Aurora Model 382A-BF, siz e 2x2x9A with a 2 horsepower, 3-phase, 60 Hertz, 208 volt, 1750 RPM, open drip proof motor furnished by Aurora Pump or approved equal. Generator Water Booster Pump: Pump shall discharge not less than 415 gal/min at 46 feet total dynamic head and shall hav e 4-inch suction and 4-inch discharge flanged connections. Pump shall be Aurora Model 382A-BF, size 4x4x9A with a 7.5 horsepower, three phase, 60 Hertz, 208 volt, 1750 RPM, open drip proof motor furnished by Aurora Pump or approved equal. SUBMITTALS: Con tractor shall submit detailed drawings, as required, to clearly show part details, dimensions and tolerances. Operation and Maintenance Data: At the time of delivery of equipment, the contractor shall provide three (3) copies of complete information on in stallation, operation, lubrication, adjustment, routine and special maintenance, disassembly, repair, reassembly, and trouble shooting diagnostics for the pumps and motors. The manuals shall list the manufacturers name, model number, parts list and a bri ef description of all equipment. PRODUCTS: EQUIPMENT COMPATIBILITY. To assure a properly integrated and compatible system, all equipment described in this section shall be furnished by the Pump Manufacturer, who shall assume full responsibility for the pr oper operation of the pumps and associated equipment. PUMPS. Vertical close coupled inline centrifugal pumps shall be furnished. The capacities shall be as specified, and the speed shall not exceed 1800 rpm. Material of Construction: Casing: Cast Iron, I mpeller: Cast Bronze, Shaft: Steel, Shaft Sleeve: Bronze. Casing: The casing shall be of the end suction hydraulic design, with the suction and discharge flanges the same size aligned for mounting in a pipe line. The pump shall include a volute type casi ng suction branch to minimize pumping noise. Impellers: The impellers shall be vac uum cast. They shall be finished all over, the exterior being turned and the interior being finished smooth and cleaned of all burrs, trimmings, and irregularities. The impellers shall be dynamically balanced to eliminate vibration. The impellers shall be keyed to the shaft. Case Wear Rings: The pump casing and stuffing box cover shall each be fitted with a bronze case wear ring to minimize abrasive and corrosive wear to the casing. Mechanical Seal: Each pump shall be furnished with a mechanical seal w ith a Ni-Resist seat, carbon washer, Buna-N elastomers and stainless steel metal parts. A bypass line shall be provided between the seal faces and the discharge flange to assure adequate venting of the seal chamber and to provide lubrication. Shaft: The impellers shall be direct-coupled to the power frame shaft. The shaft shall be machined to provide an impeller keyway, and drilled and tapped to accept the impeller fastener. The shaft shall be one-piece. Stub shafts are not acceptable. The outboard sha ft extension shall be machined with a keyway to accept a coupling to the driving unit. Shaft Sleeve: The pump shaft shall be fitted with a shaft sleeve to minimize shaft wear. The sleeve shall be sealed to the impeller hub by an O-ring, and shall be posit ively driven by a pin to the keyway. The use of adhesive compounds to fasten the sleeve to the shaft shall not be accepted. MOTORS: Each pump shall be close-coupled to an open drip proof motor in accordance with the latest NEMA standards. Each motor sha ll have a sufficient horsepower rating to operate the pump at any point on the pump's head-capacity curve without overloading the nameplate horsepower rating of the motor regardless of service factor. The motor shall have a service factor of 1.15. NAMEPLA TES: All equipment shall have a nameplate, installed by the manufacturer, that identifies the manufacturers name, address, type or style, capacity, and model or serial number. PAINTING: Each pump shall be thoroughly cleaned, after testing, and painted wi th at least one coat of high-grade machinery enamel prior to shipment. FACTORY TEST: Each pump shall be factory tested per Hydraulic Institute standards. The domestic water booster pump shall be tested for operating characteristics across a range of capa cities from 30 gpm to 50 gpm under specified operating conditions. The generator water booster pump shall be tested for operating characteristics across a range of capacities from 300 gpm to 500 gpm under specified operating conditions. Test curves shall be furnished showing capacity in gpm, head in feet, efficiency, NPSH and brake horsepower. The design point shall be indicated on the curves. ACCEPTANCE: When shipment of equipment has been delivered, the final inspection and acceptance will be made by t he Government at the destination. PREPARATION FOR SHIPPING AND STORAGE: Prior to shipment, the pumps/motors shall be prepared for shipping and storage as described herein. The pumps/motors shall be packaged and sealed against weather and humidity using p olyethylene sheeting, desiccant bags and tape. All large, bulky or heavy elements shall be mounted on skids or pallets of ample size and strength to facilitate loading and unloading. All small parts shall be boxed in sturdy wood or heavy paperboard boxes . A packing list, indicating the contents of each box and enclosed in a moisture-proof envelope, shall be securely fastened to the outside of the box. The skid and/or pallet mounting and the boxing shall be performed in a manner which will prevent damage to the equipment during loading, shipment, unloading, storage and any associated handling. DELIVERY: Contractor shall include delivery cost in bid price. Prior to delivery, the Contractor shall make arrangements for delivery with Mr. Robert Guillot, US ACE, Office Phone: (504) 862-1205, Mobile Phone: (504) 628-5092. The one (1) potable and one (1) generator water booster pump assembly for the Dwyer Road Pumpi ng Station shall be delivered f.o.b. destination as follows: TYPE OF SHIPMENT: Truck DESTINATION : Dwyer Road Pumping Station, Intersection of Dwyer and Jordon Rd., New Orleans, LA. COMPLETION OF WORK: The Contractor shall have the equipment specified her ein ready for shipment within 60 days after the notice to proceed has been issued by the Contracting Officer. WARRANTY: The Contractor shall guarantee all equipment for any defects or workmanship for one year from the date of installation of the equipment in new pumping station. CLAUSES:?The Federal Acquisition Regulation (FAR) and Department of Defense (DFAR) may be obtained via the Internet at URL:?http://www.arnet.gov/far. The following FAR and DFAR clauses and provisions apply to this solicitation and a ny resulting contract:?52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.252-1, Solicitation Provisions In corporated by?Reference; 52.252-2, Clauses Incorporated by Reference and 252.232-7010. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies but only the following are applicable t o this procurement:?52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 , Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Er a, and other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.2 32-33, Payment by Electronic Funds Transfer - Central Contractor Registration; and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. DFAR Claus e 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies but only the following are applicable to this procurement: 252.225-7001, Buy American Act and B alance of Payments Program; 252.225-7016 Alternate I, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7036, Buy American Act Alternate I - Free Trade Agreements - Balance of Payments Program; and, 252.247-7023 Alternate III, Transportation of Supplies by Sea. Quotes must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items.?All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.g ov/, per the requirements of FAR 52.204-7 and DFAR 252.204-7004 Alt A.?Quotes are required to be received no later than 2:00 PM CTS, Friday, 6 July 2007.?Quotes may faxed to (504)862-2889 Attn: Lauren A Averett.?Quotes may also be e-mailed to lauren.a.aver ett@ mvn02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01326017-W 20070624/070622235420 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.