Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOLICITATION NOTICE

43 -- PUMP REPAIR

Notice Date
12/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-Q-6MD107
 
Response Due
12/17/2008
 
Archive Date
1/1/2009
 
Point of Contact
Scott A. Wood,, Phone: 410-762-6434
 
E-Mail Address
Scott.A.Wood@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The USCG Engineering Logistics Center has a requirement for repair/refurbishment of the following: 1) NSN 4320-01-206-4721, PUMP, CENTRIFUGAL, GOULDS PUMP INC. Part number: 775D468, Quantity 8 each, in accordance with the following overhaul descriptions: 1. Scope: This overhaul description sets forth the requirements to inspect and overhaul the item described below for ELC stock replenishment. 1.1 Government Furnished Property (GFP): NSN: 4320-01-206-4721 Name: PUMP UNIT, CENTRIFUGAL P/N: 3655 2X2-1/2-9 5HP 1730RPM 184TCZ FR Serial No: 702E194 Manufacturer: Goulds Pumps, Inc. Application: 110' WPB Bilge Pumping System. 1.2 General Description: All bronze centrifugal pump unit, monel fitted, 120 GPM, 1750 RPM, with close coupled, Open Drip Proof (ODP) marine duty, 5 HP, 460VAC, 3 HP, 60HZ electric motor. 1.3 Responsibility for GFP: The contractor shall assume responsibility for the safe handling and overall care of the pump unit while in his possession. 1.4 Conformance of GFP: Assembly received by the contractor must be complete and the proper cited part number. Any discrepancy found or, otherwise questionable conditions shall be reported to the Coast Guard Contract Officer. 1.5 Disclaimer: The overhaul requirements described herein are the minimum necessary and are not intended to replace any procedures, controls, examinations or tests normally employed by the contractor to assure the quality of the product. 2. Referenced Documents, Government: a)TP-2936, Technical Publication for Bilge Pump. b)Manufacturers Drawing: C01836A (not included) c)Federal Standard, FED-STD-595b Colors Used In Government Procurement d)ELC Specification D-000-0100 Rev. F. (Dtd. 06/00) Bar coding For U.S.C.G. ELC Material. 2.1 Commercial Documents: a)ANSI/NCSL Z540-3-2006, Dated 1/1/2006, Requirements for the Calibration of Measuring and Test Equipment. b)ANSI/ASQC Q9001- 2000, Dated 1/1/2000, Quality Management Systems - Requirements. c)The Society for Protective Coatings, SSPC-SP 10, Near White Blast Cleaning Dtd. Sept. 2000. d)Goulds Bulletin No. 710.1 (not included). 2.2 Precedence: In the event of a conflict between the text of this statement of work and the referenced documents cited in section 2, this statement of work shall take precedence. 3. Requirements: The contractor shall provide all labor and materials to perform overhaul services on the Goulds Centrifugal Pump Unit identified in section 1.1. Overhaul services shall pertain to the entire "pump unit" referencing both the pump and motor. 3.1 Preliminary disassembly and inspection shall be conducted to determine estimated cost of overhaul including material, labor, testing, preservation, packing and marking costs. A detailed estimate shall be submitted to the Coast Guard Contracting Officer for approval prior to the start of overhaul work. Estimate shall include overhaul and testing of both pump and motor sections. Overhaul is intended to restore the pump unit to a condition that is equal to that of a new Goulds pump model 3655 2X2-1/2-9 pump unit. Contractor shall immediately notify the Coast Guard Contracting Officer if the make and/or model delivered for overhaul services does not conform to the intended make and/or model cited in section 1.0 above, or is questionable for any reason. 3.2 Replacement Parts: All replacement parts used in the overhaul shall be new original OEM Pump parts. Reclaimed, recycled or aftermarket parts are not acceptable and shall not be used. Parts not normally manufactured by the OEM, such as seals and ball / roller type bearings, shall be equal to the quality of such parts originally installed by the OEM, but are not required to be supplied by the OEM. 3.2.1 Zirc Fittings: All zirc fittings shall be replaced with new stainless steel zirc fittings with plastic caps on each fitting. 3.2.2 Decal: A decal or permanent type label shall be affixed to the side of the pump unit informing the user of the manufactures recommended amount and type of grease to be used. 3.2.3 Pipe Plugs: All pipe plugs shall be replaced with new grade 316 stainless steel pipe plugs. The stainless steel grade shall conform to ASTM A 276 or equal standard. Plugs shall be installed using Teflon tape or equal thread sealer. 3.2.4 Label Plates: Remove any label plates and replace at the conclusion of painting. New label plates shall be used if the original plate is not legible or in poor condition. Label plate shall contain pump unit make, model and serial numbers as well as all pump unit performance information as a minimum requirement. 3.3 Special Instructions: Any pump unit delivered for overhaul having packing glands shall be converted to mechanical seal assemblies as part of the overhaul. The Contractor shall include conversion work and parts in the overhaul estimate if found necessary. 3.4 Disposition: The Coast Guard shall determine the disposition of any pump unit delivered for repair that is found to be not suitable for repair for whatever reason. 3.5 Paint Removal: Removal of existing paint shall be accomplished by abrasive blast to near white metal in accordance with SSPC SP-10 where practicable. Equal means of paint removal is acceptable where grit blast poses a risk of damage to internal components and cannot be properly protected from blasting operation. Remove any label plates and replace at the conclusion of painting. 3.6 Painting: Painting of bronze pump housing is not necessary. Motor housing shall be painted in accordance with the motor OEM standard new paint practice. Color of finish coat shall be Machinery Gray in accordance with Federal Standard 595B color number 26307. Paint shall result in a 3-milligram minimum dry film thickness. 3.7 Testing Requirements: 3.7.1 Testing: After completion of overhaul, contractor shall conduct the following described tests. All tests shall be witnessed by a Coast Guard Quality Assurance Representative (QAR). All testing shall be accomplished on contractor supplied calibrated test equipment. Any failed pump unit shall be repaired and re-tested as necessary until a successful test is achieved. 3.7.2 Drive Motor: The drive motor supplied on the pump shall be reconditioned to a like new condition as part of the pump overhaul services. The drive motor is rated at 3 HP, 460 VAC, Three Phase, 1750 RPM, 60 HZ. Motor shall be disassembled and all parts thoroughly cleaned. As a minimum, mandatory replacement parts shall include upper and lower bearings and all gaskets. All other motor parts worn or damaged beyond manufacturer's tolerances shall be repaired or replaced as determined by the Contractor. 3.7.3 Motor windings shall be baked to thoroughly dry of any moisture that may be present within the windings. Check resistance of any contaminants between the windings and ground by megohmmeter or equal test. Depending on the condition of winding insulation, windings shall be re-dipped in a qualified insulation material or otherwise, manufacturers recommended insulation material, as determined by the contractor's inspections and/or conducted testing. Bake re-dipped windings until thoroughly dry and reassemble motor onto the pump. 3.7.4 Motor Certification: Contractor shall provide written certification that the motor was reconditioned to the same standards as new. 3.7.5 Rotational Test: To ensure the pump turns freely and without bind, the pump rotor assembly shall be rotated 10-20 times by the use of a strap wrench or other non-damaging tool. The QAR shall inspect for smoothness of rotation and check for signs of binding. Contractor shall investigate any questionable test results and correct as necessary. 3.7.6 Operational Test: Operational Test: The pump assembly shall be run with fluid in a test tank for testing. The pump shall meet the flow curve to a tolerance of +/- 5% as a brand new pump. During the tests the bearings and seals shall be monitored. Ensure the pump has no leaks. Any binding or unusual noise such as squealing coming from the pump during this test shall be corrected and retested after corrective work is complete. 3.7.7 Hydrostatic Test: Contractor shall conduct a hydrostatic test using clean fresh water or, otherwise OEM specified test fluid. Test shall be conducted to certify the integrity of the pump case and seal areas. Test shall be conducted at 202.5 PSIG (135% of 150 PSIG working pressure) for a fifteen (15) minute time period. Any sign of leakage shall be corrected and retested after corrective work is complete. 3.8 Calibration: All gages and other measuring devices used for testing shall be calibrated and have current calibration stickers. Calibration shall be traceable to National Standards. 3.9 Test Report: The test results for the test shall be documented on a test report. A copy of the test report shall be packed with the winch and a copy shall be turned over to the Coast Guard Representative. Report shall contain the following information as a minimum: a)Contractor name. b)Contract number. c)Date of test. d)Description of the test including test fluid used and test results. e)Name of the person conducting the testing. 3.10 Calibration: All test equipment and attached gages shall be calibrated and have a current calibration sticker. Calibration shall be traceable to National Standards. 3.11 Assembly: Overhauled pump and motor unit shall be delivered to the Coast Guard completely assembled and ready for installation. Contractor shall preserve, package and mark each pump and motor unit in accordance with part 5 below. 3.11.1 The Contractor shall supply a waterproof instruction sheet containing the manufactured alignment procedure. The sheet shall be placed with the pump inside a polyurethane bag required in part 5.1. 3.12 Responsibility for Inspection: The Contractor shall be responsible for the performance of all inspection requirements specified herein. The Contractor shall provide space, personnel and test equipment for the conduct of all inspection requirements. All inspection and testing shall be performed at the Contractors facility prior to the Coast Guards acceptance of the contracted items. The Coast Guard reserves the right to verify or have performed any of the inspections set forth herein where such inspections are deemed necessary to assure that supplies and services conform to prescribed requirements. The Coast Guard intents to have QA perform inspection on all pumps. 3.13 Notifications & Inspections: The contractor is responsible for notifying the Contracting Officer no less than seven (7) calendar days prior to the contractor being ready for any Quality Assurance (Q.A.) inspections or testing required herein. 4.0 Quality Assurance 4.1 General: The Contractor shall maintain an inspection system to ensure each item offered to the Coast Guard for acceptance or approval conforms to the contract requirements. The inspection system shall be in accordance with Federal Acquisition Regulation (FAR) Clause 52.246-2. The system shall be documented and available for review by the Coast Guard Quality Assurance Representative. 4.2 Records: The contractor shall maintain records of all inspections and tests. The records shall indicate the nature and number of performed observations, the number and type of deficiencies found and the corrective action taken. 4.3 Contractors Calibration System: The test facility shall be required to maintain a test equipment calibration program in compliance with ANSI/NCSL Z540-3. The program shall be documented and traceable to the National Institute of Standards (NIST). 4.4 Inspections and Tests: The inspections and tests required herein are the minimum necessary and are not intended to replace any controls, examinations, or tests normally employed by the contractor to assure the quality of the product. The following are required: a)Operational and Hydrostatic tests required by part 3.7. b)Test Report, part 3.9. c)Paint thickness specified in 3.6. d)Preservation, Packaging and Marking requirements. 5. Preservation Packaging and Marking: 5.1 Preservation - Any overhauled pump unit is intended for warehouse storage and not for immediate installation. Therefore, it is critical that the contractor ensures that the overhauled pump unit undergo the below preservation requirements: a) Pump shall be drained of and dried of all test fluid. b) Intake and discharge ports shall have plastic cap inserts or wood covers installed with a desiccant pouch stapled to the inside of each cap or cover. c) Each zirk fitting must be capped with red zirk caps. d) Each pump unit shall be bagged in an 8 mil minimum thickness translucent polyurethane bag with at lease four (4) 4 ounce desiccant packs in the bag. Bag opening shall be sealed closed with a plastic tie wrap. 5.2 Packaging: Each overhauled and preserved pump unit shall be individually packaged in its own framed in wooden crate. The crate shall be assembled with stainless steel wood screws. Pump unit shall be bolted to the inside of the crate and shall be constructed in such a manner as to prevent the pump unit from shifting within. Crate shall be capable of protecting the pump unit from damage during multiple shipments by commercial carrier. 5.3 Marking: Shipping container shall be stenciled with black enamel paint with the information as laid out below. Stencil shall be applied directly on the container and be 1/2 inch minimum height black characters on a white painted background. NOTE: ALL PREVIOUS MARKINGS AND / OR QUALITY ASSURANCE DECALS SHALL BE COMPLETELY REMOVED FROM A REUSABLE SHIPPING CONTAINER PRIOR TO THE APPLICATION OF ANY NEW MARKINGS. The following information shall be included in the markings: NSN: 4320-01-206-4721 Item Name: PUMP UNIT, CENTRIFUGAL P/N: 3655 2X2-1/2-9 5HP 1730 rpm 184TCZ FR Shipping Weight: AS DETERMINED BY CONTRACTOR Government Contract No. SEE CONTRACT Wording: Coast Guard ELC Material Condition A, 1 ea." 5.4 BAR CODING: The stock number shall also be bar coded in addition to the numerical marking. a.All bar coded labels shall be in accordance with ELC Bar Coding specification number D-000-100 Rev. G. 1.The actual labels shall be Type "V", Grade "C", Style 2", Composition "a". 2.The Bar Code Label can be applied separately or as part of the marking required in 5.3. Acceptance: Acceptance will be made at destination by a government representative. Acceptance will be contingent upon representative's verification of no damage in transit, correctness and completeness of order and contractors conformance to preservation, packing and marking requirements. 6. NOTES: Source of Documents: Commercial: Steel Structures Painting Council 40 24th Street Pittsburgh, PA 15222 (412) 281-2331 DOD and NAVY Publication and Forms (Other Than DODSSP) 5801 Tabor Ave. Philadelphia Pa. 19120 215-697-2197 American National Standards Institute (ANSI) 25 West 43rd Street, 4th Floor (Between 5th and 6th Avenues) New York, NY 10026 212-642-4900 National Conference of Standards Laboratories (NCSL) 2995 Wilderness Place, Suite 107 Boulder, CO 80301-5404 303-440-3339 (Offerers to provide the following information on quote) ITEM 1 COST TO OPEN, INSPECT & PROVIDE REPORT: $____________ ITEM 2 PRELIMANARY ESTIMATE TO REPAIR PUMP: $___________ (*Note this is a cost estimate to be prepared based on historical data of what major components are standard replaced in during an average overhaul/repair. It is not a firm estimate and is not used to evaluate the quote.) ITEM 3 LOADED HOURLY RATE CHARGED BY YOUR COMPANY: $___________ PLANT INSPECTION by Government Personnel as designated by ELC Quality Assurance (Code 043) will perform Inspection at Contractor's Plant located at: (Offerers please fill in) _________________________________________________________________________________________________________________________________________________________________________________ Contractor shall notify the contracting officer 14 (fourteen) days prior to material being ready for inspection. Delivery shall be F.O.B. Destination to USCG Engineering Logistics Center, Baltimore MD. Delivery of inspection report 15 days upon receipt of GFM (Government Furnished Property) Final delivery 45 day after authorization to proceed with repair. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. FOB Destination delivery is desired to USCG Engineering Logistics Center, Baltimore, MD 21226-5000. Substitute parts are not acceptable. It is anticipated that a non-competitive sole source Purchase Order will be issued for this item to GOULDS PUMP INC. OR THEIR AUTHORIZED DISTRIBUTORS. It is the Governments belief that only VT GOULDS PUMP INC. and/or their authorized dealers/ distributors can furnish the required parts and ensure the proper fit, form and function of all its components. Concerns having the expertise and required capabilities to furnish the above items are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. However, other potential sources desiring to furnish other than GOULDS PUMP INC. parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2005-27 (OCT 2008) and as supplemented with additional information included in this notice, and FAR Part 6.302.1. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Quotations shall include, proposed delivery in days, pricing for item's with shipping included in unit price, the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 333911 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at: http://www.arnet.gov/far FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2008) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (NOV 2008). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2008). The following clauses listed in FAR 52.212-5 are incorporated: FAR 52.222-3 Convict labor (June 2003) (E.O. 11755); FAR 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). FAR 52.225-1, Buy American Act—Supplies (April 2006)(41 U.S.C. 10a-10d); FAR 52.225-13,Restrictions on Certain Foreign Purchases (April 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f1fb38070c6f6ff242496f35c9008ca7&tab=core&_cview=1)
 
Record
SN01713348-W 20081205/081203221354-f1fb38070c6f6ff242496f35c9008ca7 (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  © 1994-2020, Loren Data Corp.