Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

43 -- Furnish, deliver, and install three new turbine pumps.

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF08Q0017
 
Response Due
2/27/2008
 
Archive Date
4/27/2008
 
Point of Contact
Robert Joshlin, 509-527-7218
 
E-Mail Address
Email your questions to US Army Engineer District, Walla Walla
(robert.j.joshlin@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor shall furnish, deliver, and install three new turbine pumps (excluding motors) for Pasco Resource Maintenance Shop. The Contractor (and all contractor/subcontractor employees working at site) shall be trained in and follow Pasco Shops Saf e Clearance Procedures. Contractor shall disconnect and remove the existing motors, lube systems, and pumps, install new pumps, reinstall and connect existing motors and perform start-up testing and adjustments. The existing pumps, discharge heads, and lu be system shall be disposed by the contractor, in accordance with all applicable local, state, and federal laws, at no additional cost to the Government. The contractor shall also provide training, Operation and Maintenance Manuals, and as-built drawings prior to contract closeout. Technical documentation, including pump performance curves, NPSHR, horsepower requirement, and pump column size, shall be submitted to the point of contact at site (through Contracting Office), for technical evaluation, prior to contract award. Pump performance curves, NPSHR, and horsepower requirement submittals shall be based on the existing motor rotational speed (880 RPM). The new turbine pumps shall be covered under a one year warranty for material and workmanship. PU MP SPECIFICATIONS Pump Performance The pumps shall be mixed flow, turbine type, with above ground discharge. Each pump shall be capable of delivering a minimum of 12,000 GPM at 25 feet of total dynamic head (TDH). At 35 feet of TDH, minimum flow shall be 8000 GPM. The existing motors are 100 hp, 480VAC, 3-phase, 880 RPM electric motor. Motors Existing motors shall be removed and reused. Care shall be exercised in removal, handling, storage, and reinstalling the existing motors. The NEMA frame designation for the existing motor is ZG2485PV. The frame designation may be obsolete. It shall be the Contractors responsibility to field verify the motor mounting hardware size and configuration. In addition, the contractor shall also field verif y the bore diameter of the hollow shaft. The existing motors shall not be modified in any way. New brass head nuts shall be provided (at the top of each motor) to adjust the impellers for optimum performance. All work performed to reuse the existing motors , including field verification, measurements, and machining (with Government POC approval), shall be at no additional cost to the government. Discharge Head Each pump shall connect to an existing 24 discharge pipe using a 24 ANSI B16.5 Class 15 0 flange (raised face removed), complete with new flange gasket and new stainless steel fasteners. Flange dimensions are available from American National Standards Institute (ANSI) or flange manufacturers (Texas Flange, for example). The vertical distance from discharge centerline to the bottom of the mounting plate shall be field verified by the contractor. The discharge head shall be mounted to the existing location using new stainless steel fasteners. Discharge head to column pipe adapter shall be flange d type. The existing discharge piping and flange shall not be modified. Pump Column & Shaft The line shaft sections shall be screwed together using threaded ends and threaded couplings (left hand thread). Line shaft shall be open type. Each line shaft section shall not exceed 10 feet in length. Top and bottom sections of line shaft shall not exceed 5 in length. Shaft bearings shall be product (water) lubricated. The line shaft shall be stabilized and centered in the column pipe using bronze beari ng retainers, spaced no more than 5 from top and bottom of the line shaft, and 10 apart (or less). Line shaft bearings shall be neoprene, internally grooved to allow proper lubrication to line shaft. Maximum allowable linear misalignment of the line shaf t shall be 0.005 per 5 length. The pump column sections shall be flanged type. The pump column shall be threaded internally to receive the line shaft bearing retainers. Vertical distance from the discharge deck floor to the sump floor is 20 feet. The pump suction inlet shall be located within 24 inches above the sump floor. The pump inlet, bowls, column sections and connection flanges shall fit inside the exist ing pipe casing, without modification to either pump column or pipe casing. The line shaft, coupling, and sleeve shall be constructed of ASTM 582 Type 416 stainless steel. Both shall be precision ground and polished with surface finish better than 40 RMS. The shaft diameter and coupling shall be designed in accordance with AWWA Standard E101. Shaft undercutting, to accommodate line shaft bearings and couplings, is prohibited. Each column pipe section shall not exceed 10 feet in length. Top and bot tom columns shall not exceed 5 in length. The column pipes shall be of ASTM A53 grade B steel pipe and the weight shall be no less than schedule 40. The column pipes shall be coal tar epoxy coated inside and out. Pump Construction The bowls sha ll be flanged type 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-of f 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, and be internally grooved to allow proper distribution of lubricant. The pumps shall be designed to withstand reverse rotation caused by backflow after pump shutdown. Impellers shall be free from defects and must be accurately cast, machin ed, and filed for optimum performance and minimum vibration. Impellers shall be balanced to grade 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 bronze sand collar for pr otection from abrasives in the pumping fluids. The bearing housing shall have sufficient opening at the bottom for easy removal of the bearing. SITE CONDITIONS Pumping Plant 15-E is located near Finley, Washington, at Levee 15. The access ro ad is open to the public. The pumping plant is to remain locked when the work site is vacated during construction (i.e., overnights and weekends). The Contractor shall maintain appropriate water levels in the drainage ditch. Maximum water level sha ll be 325.0 above mean sea level (MSL); minimum water level shall be 323.0 MSL. The Contractor shall replace one pump at a time, and keep the others operational, to maintain drainage capacity of the plant. Prior to Contract closeout, the Contract or shall repair all damages to the levee surface such as displaced riprap or eroded or otherwise disturbed surface to the satisfaction of the Contracting Officer at no additional cost to the Government. The contractor shall be responsible for assess ing site conditions including, but not limited to, access, lighting, freedom of movement, hoisting, and temporary drainage. Temporary measures to remedy existing field conditions, for the purpose of executing this contract, shall be made by the Contractor at no additional cost to the Government. SCHEDULE Mobilization shall commence no later than July 31st, 2008. Contract completion and closeout on all units shall be no later than September 1st, 2008. Contractor shall make prior arrangements wi th the Point of Contact at Pasco Resource Maintenance Shop, through the Contracting Office, for a pre-construction meeting and the Safe Clearance Procedure training no later than July 1st, 2008. Normal working hours at Pasco Resource Maintenance Sh op is 6:30 a.m. to 5:00 p.m., Monday through Thursday. Contractor shall make prior arrangements with the point of contact at Pasco Resource Maintenance Shop for access. O & M MANUALS & AS-BUILT DRAWINGS Contractor shall also furnish three copies of O & M manuals and as-built drawings. The O & M Manuals shall be complete with recommended periodic maintenance schedules. The O & M manuals shall also include engineering data, pump curves, NPSHR, and a detailed parts list. The as-built drawings, at a minimum, shall clearly identify all connections, hardware, and shaft size for the pumps, and discharge head. The delivery of the manuals and as-built drawi ngs shall occur no later than contract closeout. WARRANTY Each unit shall be covered by a materials and workmanship warranty for a period of no less than one year from contract closeout. Offerors are required to reference and complete the following: 52.212-3 Offeror Representations and Certifications Commercial Items. This may be downloaded from - http://www.arnet.gov/far. 52.212-4 Contract Terms and Conditions - Commercial Items. This may be downloaded from - http://www .arnet.gov/far. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. This may be downloaded from - http://www.arnet.gov/far. This is a combined synopsis/solicitation for commercial items pr epared 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.
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN01508143-W 20080215/080213224814 (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.