Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2008 FBO #2367
SOURCES SOUGHT

43 -- McNary Drainage Pump

Notice Date
5/18/2008
 
Notice Type
Sources Sought
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-08-R-SS08
 
Response Due
5/22/2008
 
Point of Contact
Clarence Miller, 509-527-7215
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The US Army Corps of Engineers (USACE) is seeking sources for a drainage pump and associated hardware as shown below in the specifications. Contractor shall furnish: BID ITEM LIST McNary Drainage Pump 4 BID ITEM LIST ITEMDESCRIPTIONQUANTITYU/MU/PAMOUNT 1Drainage Pump with associated parts1each Total McNary Drainage Pump 4 1.0INTENT The following specifications pertain to the purchase and delivery of one complete vertical line shaft motor-driven turbine pump for McNary Lock and Dam. All pump system components are to come from the pump manufacturer and to include motor, bowl 2.0SCOPE The successful bidder shall be required to fabricate and deliver the specified pump to McNary Dam by the date shown in Section Shipment and Delivery. Also provided shall be training, documentation, and any other items stated in these specifications. 3.0GENERAL All pump system components are to come from the pump manufacturer and to include motor, bowl assembly, column assembly, discharge head assembly and all necessary appurtenances for complete unit responsibility. 4.0PUMP REQUIREMENTS 5.0OPERATING CONDITIONS 1. Size of Pump Sleeve (ID) 21inches 2. Depth of sump68 feet 3. Total Pumping Head @ Rated Capacity85 feet 4. Capacity of pump 3000 gpm The total pumping head does not include losses in the pump, which must be allowed by the bidder. The efficiency of the pumping unit shall be as high as correct design and good engineering will permit. All things being equal, consideration will be given to overall pumping costs. 6.0SYSTEM CURVE Could not transform curve to rich text - This information provided on combined synopsis/solicitation issued once we can determine if small businesses exist. VARIABLE DEFINITION htl = Head Loss Low This curve considers the reservoir at minimum elevation and the sump at maximum elevation. hta = Head Loss Average This curve considers the reservoir at mid position with the sump at mid position. hth = Head Loss High This curve considers the reservoir at maximum elevation with the sump at minimum elevation. 7.0MOTOR The motor shall be NEMA standard design B, Vertical Hollow Shaft high thrust, WP-1 enclosure, 1800 RPM, squirrel cage induction full voltage type starting, powered by an electrical service rated at 460 volts, 60 hertz, 3 phase. Each motor shall be capable of driving the pump under all head conditions without exceeding the rated capacity of the motor. Motor shall have class B insulation, 1.15 service factor rated 90 6; rise at service factor load. Motor shall be supplied with a non reverse ratchet. Motor shall conform to AIEE and NEMA, standards. The motor thrust bearing shall be designed to carry the hydraulic thrust plus the weight of the shaft and the impellers. The thrust bearing life expectancy shall have a five year average rating based on 24 hours per day usage. The motor shall be capable of carrying up thrust equal to approximately 30 % of the total down thrust. Bearings shall be oil or grease lubricated as per manufactures standard design. Each motor shall be provided with a corrosion-resistant nameplate giving the name of the manufacturer, horsepower, voltage, frequency, speed, efficiency and current for unit at full load. 8.0DISCHARGE HEAD ASSEMBLY Discharge head shall be a cast iron surface discharge with 125 lb. ANSI dimension discharge flange and shall support the motor, column, shafting and pump assembly. The discharge head shall be mounted on a fabricated steel,-sole plate which shall be anchored to the existing pump sleeve/mounting plate. The bolt pattern of the discharge head assembly shall utilize the existing bolt holes shown on the attached drawing or be located in an area that does not interfere with existing holes. Holes can be drilled and tapped in the sleeve in order to mount the new discharge head assembly. The bottom surface of the head shall be machined smooth. A tapped drain line connection shall be provided for the removal of the excess water to a drain. A cast iron stuffing box shall be provided with a bronze removable stuffing box bushing, galvanized split gland, T-bolts with stainless steel clips and brass nuts. Stuffing box shall utilize a minimum of five synthetic Garlock 8913 packing rings, compressed around the pump shaft and lubricated by the pumped water. 9.0COLUMN ASSEMBLY Column pipe shall be furnished in interchangeable sections not over 10 feet in length and shall be connected with threaded sleeve type couplings. The friction loss in the column shall not exceed 5 feet per 100 feet of column, based on the rated capacity of the pump. The weight and size of the column shall be no less than required in AWWA spec E101-1. The line shafting shall be AISI 300 series or 416 stainless steel of ample size, minimum of 1 inch diameter, to operate the pump without distortion or vibration. The shaft shall be furnished in interchangeable sections not more than 10 feet in length and shall be coupled with AISI 300 or 400 series stainless steel coupling. The column assembly shall have bronze bearing retainers retained by the butted pipe ends. Each bearing retainer shall contain a water-lubricated, cutless rubber bearing designed for vertical turbine pump service. 10.0PUMP BOWL ASSEMBLY The pump bowls shall be of close grained cast iron, having a minimum tensile strength of 30,000 pounds per square inch, free from blow holes, sand holes, and all other faults; accurately machined and fitted to close dimensions. Bowls are to be coated inside with a smooth vitreous enamel to reduce friction losses, corrosion, and sand wear. Each intermediate bowl is to be constructed by using a bronze bearing and a neoprene bearing to support the impeller shaft. The bowl is to provide a side seal at the impeller skirt and in addition, a resilient neoprene ring, reinforced with an imbedded steel core, is to be installed in the bowl directly below the impeller skirt. This lateral bowl ring is to reduce the wear of the impeller skirt. Original capacities and efficiencies are to be maintained by adjustment of the top shaft nut at the top of the motor. The impellers shall be of bronze enclosed type only, accurately machined and finished, and balanced. They shall be securely fastened to the impeller shaft with a steel taper bushing. The impeller shaft shall be of stainless steel of not less than 12% chrome. The impeller shaft shall be supported by a combination of water lubricated, fluted rubber and bronze bearings. Discharge and suction cases shall both be fitted with steel sand collars. All bowl bolting shall be of stainless steel. 11.0STRAINER The bell suction shall be fitted with a bronze basket strainer supplied with a suction screen that has an area 4 times the area of the pump suction. The strainer grid shall not allow anything large enough to clog the impeller. 12.0PERFORMANCE TEST The performance of the pump shall be determined by a series of test points sufficient in number to develop a constant-speed curve over the range of total heads corresponding to those illustrated by the attached system curve. The performance/test range shall include additional testing at total heads 2 feet higher than the total head. The lowest total head for testing shall be, as a minimum, the total head determined from paragraph Operating Conditions. If the test setup permits testing at lower total heads, the range of total heads shall be extended 2 feet lower. Tests shall be made using prototype total heads. Head differentials between adjacent test points shall not exceed 3 feet, but in no case shall less than 10 points be plotted in the pumping range. If the plot of the data indicates a possibility of instability or dip in the head-versus-capacity curve, a sufficient number of additional points on either side of instability shall be made to clearly define the head-capacity characteristics. When a scale model of the pump is tested, the efficiency of the prototype pump shall be considered to be the efficiency of the model. No other computation or adjustment of model efficiency to prototype conditions will be permitted. 13.0COATINGS The assemblies indicated shall be coated with a NSF approved Scotchkote 134 fusion bonded epoxy with a dry film thickness of 10-12 mil. All surface preparation shall be in accordance with the coating manufacturers recommendations. Bowl unit--- inside and outside surface with Scotchkote 134 Column inside surface--- Scotchkote 134 Column outside surfaces--- Scotchkote 134 Discharge head exterior surfacesmanufacturers standard air-dry enamel Discharge head inside surfaces--- Scotchkote 134 14.0FACTORY ASSEMBLY The pump shall be assembled at the manufacturer's plant [ in a vertical position] to assure proper fitting and alignment of all parts. Rotating elements shall be checked for binding. The suction bell, impeller housing, diffuser, and the discharge elbow shall be properly match marked and have their centerlines clearly marked on the outside of all flanges to facilitate erection and alignment in the field. The Contractor shall notify the Contracting Officer sufficiently in advance to permit a representative of the Contracting Officer to inspect and witness the pump assembly. All parts disassembled for shipment shall be matchmarked. 15.0NAMEPLATE The pump shall be identified by means of a separate name-plate permanently affixed in a conspicuous location. The plate shall bear the manufacturer's name, model designation, serial number if applicable, and other pertinent information such as wattage horsepower, speed, capacity, type, direction of rotation, etc. The plate shall be made of corrosion-resisting metal with raised or depressed lettering and contrasting background. 16.0SUBMITTALS Submitted for approval shall be information demonstrating that the product meets these specifications or that the submitted is of equal quality. Items to be submitted may include, catalog cuts, specifications, drawings, pump curves etc. 17.0WARRANTY The pump system shall be covered by a minimum two-year warranty on all parts, labor, and workmanship from factory defects from the date of installation. The warranty shall cover the removal and reinstallation of equipment at no expense to the owner. 18.0TRAINING Upon delivery of the equipment, a factory authorized service technician will be required to give a minimum one hour hands-on training of the recommended operation, maintenance, and installation of the machines. The training shall be conducted at McNary Dam for a class of approximately five people. At a minimum, draft copies of the O&M manuals shall be provided during the training. 19.0OPERATION AND MAINTENANCE MANUALS Five complete copies of the Operation and Maintenance Manual will be required for the pump system. The manuals shall include instructions on the installation, operation, maintenance, repair, troubleshooting, warranty of the systems, and a list of recommended spare parts. They shall also include As-Built drawings showing all system components, part numbers, one line diagrams, and system outline. Any information pertaining to models or components not supplied under this contract shall be crossed out. All information shall be assembled into binders of stiff plastic or leatherette covers. Also included shall be the name, phone and fax numbers, and email address of the contractor, manufacturer, and a distributor where spare parts can be purchased. The following identification shall be inscribed on the covers: OPERATING AND MAINTENANCE INSTRUCTIONS Drainage Pump #4 McNary DAM Name of the Contractor Contract Number 20.0SHIPMENT AND DELIVERY All items shall be delivered FOB to McNary Dam within 16 weeks of contract award. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival to McNary Dam. No shipments are allowed other than normal business hours of Monday-Thursday 6:30AM-5PM, excluding holidays. All shipments shall be delivered to: McNary Dam Attn: Ryan Bliss 82790 Devore Rd Umatilla, OR 97882 Ph. (541) 922-2284 Fax (541) 922-2221 This sources-sought announcement is a tool to identify qualified potential offerors and determine whether there are capable small business firms (or 8(a), SDVO etc.) that can accomplish the work. Please indicate your interest by submitting a statement to affirm that you capabilities to supply the above listed item in a timely manner. Email to Clarence Miller at clarence.a.miller@usace.army.mil by May 22 close of business. Contracting Office Address: US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876 Primary Point of Contact.: Clarence Miller Phone: 509-527-7215 Fax: 509-527-7802
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=56dba7a487af31d5f994ad203dfc9bd7&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN01575784-W 20080520/080518213047-56dba7a487af31d5f994ad203dfc9bd7 (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.