Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOLICITATION NOTICE

99 -- RENOVATION OF THE W G HUXTABLE IDENTICAL SYSTEMS, TEN IMPELLER PITCH CONTROLS AND TEN PUMP SWITCHING CONTROLS

Notice Date
11/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ10Q0004
 
Response Due
11/16/2009
 
Archive Date
1/15/2010
 
Point of Contact
Nanette P. Hill, 901-544-3048
 
E-Mail Address
US Army Corps of Engineers, Memphis District
(nanette.p.hill@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 a written solicitation will not be issued. 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 a written solicitation will not be issued. The solicitation number is W912EQ-10-Q-0004 and is being issued as a Request for Quote. This procurement is a 100% Small Business Set-Aside. The associated NAICS code is 335999 with a size standard of 500 personnel. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges A. WORK STATEMENT/DESCRIPTION/SPECIFICATIONS A-1. GENERAL A-1.1 Scope of Work. Work under this contract consists of the following items. The description below is for one engine system; this contract includes renovation of each of ten identical systems, impeller pitch control and pump switching control located at the W. G. Huxtable Pumping Station near Marianna, Arkansas. Note: Contact Contract Specialist for the drawings and plans. The Contractor shall demonstrate the accuracy and function of each system on one pumping unit before progressing to the installation of the remaining units. No more than 2 pumping units shall be out of commission at the same time. There is a non-work period between 1 NOV and 30 JUN, inclusive. The Contractor may, however, perform work during all or any part of the non-work period provided that he has received prior approval therefore, in writing, from the Contracting Officer. In the event that the Contractor's operations are suspended at the beginning of or during this period, the Contracting Officer reserves the right to direct the Contractor to restore the work area to at least the level of flood protection existing prior to the Contractor's operations in the area, all at no additional cost to the Government. A-1.1.1 Electric Pitch Control. The work includes furnishing labor, material, equipment, transportation, and supervision, to renovate the impeller pitch controls as follows: A-1.1.1.a Disconnection and Disposal. The contractor shall disconnect all electrical and mechanical pitch control items on the storm water pump and in the Engine Instrument and Control Panel except for the hydraulic shaft distributer on the storm water pump. The contractor shall dispose of all old control items properly. A-1.1.1.b Installation of new controls. The contractor shall fabricate mounting brackets and install a new Unimeasure rope transducer Model P420 or approved equal with a 4 20 ma output with a cannon plug and a flexible cord for quick disconnect. The Contractor shall provide a digital display with 3 digits of accuracy and an Allen Bradley Micrologix PLC or approved equal for controlling movement of the hydraulic cylinder that sets the pitch on the pump impeller and for controlling the hydraulic pump. The Contractor shall fabricate, and match the paint on the Engine Instrument and Control Panel with a faceplate to cover the holes from the old pitch controls. The Contractor shall mount and wire the digital display on the new faceplate and mount and wire the PLC inside the Engine Instrument and Control Panel. The PLC shall have at a minimum 8 inputs, 8 outputs, and 1 analog input. The contractor shall replace the conduit going to the pitch control on the pump with a flexible cord so that the pitch control can be disconnected during maintenance on the pump. The contractor shall wire the new pitch control in the Engine Instrument and Control Panel as specified in the attached drawings. A-1.1.1.c Operation of Pitch Control. The operation of the pitch control shall be as follows: Operator will be able to raise or lower the pitch using a spring return two position switch Labeled 1st line Impeller Pitch and 2nd line Lower Raise. The PLC will maintain the impeller pitch at the set point within + 0.2 degrees. For example if the operator sets the pitch at 5 degrees and the pitch drifts during pumping to 4.80 degrees, the PLC will bring the impeller pitch back to 5 degrees. A-1.1.2 Storm Water Pump Gear Reducer Lubricating Pump Switching Control. The work includes furnishing labor, material, equipment, transportation, and supervision, to renovate the pump switching controls as follows: A-1.1.2a Disconnection and Disposal. The contractor shall disconnect all electrical and mechanical lubricating pump switching control items in the Engine Motor Control Center at the Pump Unit D1 and Pump Unit D2 stations. The contractor shall dispose of all old control items properly. A-1.1.2b Installation of new controls. The contractor shall mount and wire an Allen Bradley Micrologix PLC or approved equal in the Pump Unit 01 station in the Engine Motor Control Center. The PLC will control the usage of the two pumps in three different modes, Pump Unit 01, Pump Unit 02 and Alternating. Operation of the pump control is described in C-1.1.2c. A-1.1.2c Operation of Lubricating Pump Switching Control. A three-position selector switch is located on starter unit 63, and the positions for this switch are labeled 01, Alternate, and 02 corresponding to Pump Unit 01, Alternator, and Pump Unit 02. To start the lubrication system, set the selector switch in the Alternate position and depress the Start pushbutton located on starter unit 63. Automatically the alternator will switch the control to the lubricating pump unit that was not the last to be operated. Then the Off green pilot light on that starter unit will be de-energized, the On red pilot light will be energized, and the lubricating pump unit will start and operate continuously. To stop the lubricating pump unit, press the Stop pushbutton located on starter unit 63, and immediately the motor and the On red pilot light are de-energized, and the Off green pilot light is energized. If for any reason the pressure in the lubrication system fails to build up 30 psi when the lubricating pump unit is started, or if the pressure decreases below 30 psi for any reason while the lubricating pump unit is operating, automatically the lubricating pump will be stopped, the second lubricating pump unit will be started and immediately the following alarms will be energized: (1) A red pilot light located on the engine gauge board and labeled Gear Lube 1 Inoperative or Gear Lube 2 Inoperative that corresponds to the failed unit. (2) The master alarm circuit in the engine gauge board. The alarms will reset when the stop button is depressed. A-1.2 Pre-site Visit. All bidders are strongly encouraged to make a site visit. A pre-site visit will be arranged before the bid closing date. Contact Jeff Farmer for the site visit at 901-544-0717, Jeffrey.a.farmer@usace.army.mil. A-2. PRESENCE OF A GOVERNMENT INSPECTOR Unless waived in writing, all inspections shall be made in the presence of a Government Inspector and four copies of all inspection results thereof shall be furnished to the Contracting Officer. Where the presence of a Government Inspector is waived, four certified copies of inspection reports shall be furnished to the Contracting Officer. A-3. COSTS Except as provided elsewhere in the specifications, costs of all inspections and/or tests, exclusive of the expense of the Government representative shall be borne by the Contractor, and no separate payment will be made therefore. A-4. SUBMITTALS Contractor shall submit detailed drawings, as required, to clearly show part details, circuit diagrams, hardware manuals PLC, Linear Transducers, dimensions, tolerances, and installation procedures for approval. A-5. DELIVERY The address for Huxtable Pumping Plant is as follows: W. G. Huxtable Pumping Plant 5825 Lee 501 Marianna, AR 72360-0269 SECTION B SUPPLIES OR SERVICES AND PRICES/COSTS ITEM DESCRIPTION QTY U/M UNIT TOTAL 0001 Electric Pitch Control 10 EA $_________ $_________ 0002 Pump Switching Control10 EA$_________ $_________ GRAND TOTAL $_________ C. PRESERVATION/PACKAGING/PACKING C-1. Preservation packaging, and packing for shipment of all items shall be in accordance with commercial practice and adequate for safe transportation. Small parts shall be wrapped and boxed. C-2. The Contractor shall prepare and load all components for shipment to the appropriate points of destination. This preparation shall be in such a manner as to protect them from damage in transit, and the Contractor shall be responsible for and make good any and all damage until all deliveries are completed. Weatherproof covers shall be provided to protect the components during shipment. Finished surfaces shall be secure to avoid damage during loading, transit, or unloading. D. INSPECTIONS D-1. GENERAL. All work shall be subject to inspection by the Contracting Officer or his duly authorized representative as set forth in the Contract Clauses. The Contractor shall notify the Contracting Officer, in writing, at least five calendar days in advance of the date that any tests or inspections are to be conducted. D-1.1 Inspection Requirements. D-1.2 Quality Control System. The Contractor shall establish and maintain quality control for the work specified in this section to assure compliance with requirements and maintain records of his quality control for all construction operations including, but not limited to the following: (1) Inspection on delivery of all supplies and materials. (2) Inspection at the work site to assure use of specified materials and equipment. (3) Fabrication, manufacturing, and testing of the diesel engine and its accessories. D-1.3 Parts Inspection. The Contracting Officer shall have the right to have his authorized representative test and inspect parts that have been furnished. D-2. ACCEPTANCE. Final inspection and acceptance of work performed by the Contractor will be at destination. D-3. DOCUMENTS On the date of installation, a copy of the Contractors bill of lading, shop drawings, installation drawings, and inspection reports will be mailed to the designated office as follows: U.S. Army Corps of Engineers Memphis District Clifford Davis Federal Building Attn: Jeff Farmer, EC-D 167 North Main Street, B-202 Memphis, TN 38103 E. CONTRACT ADMINISTRATION DATA E-1. PAYMENT Payment will be made in accordance with the Supply Contract Clause entitled Payments. E-2. RENDITION OF INVOICES AND VOUCHERS Invoices shall be submitted in triplicate, typewritten or with pen and ink. Terms of payment must be stated, including cash discount, if any. When invoices are sent to the Finance Center, a duplicate copy shall be sent to the Huxtable Pumping Plant so they can prepare documentation of receipt. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.202-1Definitions; 52.204-4Printed or Copied Double-Sided on Recycled Paper; FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation. The provisions at FAR 52.212-2 - Evaluation of technical capability and price with technical capability being significantly more important than price. FAR 52.212-3, Offeror Representation and Certifications--Commercial Items. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; far 52.229-3Federal, State, and Local Taxes; FAR 52.237-34F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; and FAR 252.225-7002Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by November 16, 2009 no later than 11:00 AM local time at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-10-Q-0004 addressed to Nanette P. Hill, Phone (901) 544-3048, Fax (901) 544-3710, email: nanette.p.hill@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ10Q0004/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN01998728-W 20091107/091105235446-17dd8c474012572ae95ec9486dd0851a (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.