Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

43 -- Combined Synopsis/Solicitation for Water Treatment Pumps.

Notice Date
3/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SER - CUGA - Cumberland Gap National Historical Park HeadquartersP.O. Box 1848 Middlesboro KY 40965
 
ZIP Code
40965
 
Solicitation Number
Q513010A002
 
Response Due
3/31/2010
 
Archive Date
3/23/2011
 
Point of Contact
Pamela Lyons Purchasing Agent 60624828171059 Pamela_Lyons@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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; quotes are being requested. A written solicitation will not be issued. This solicitation is issued as RFQ (Solicitation) #Q513010A002. This solicitation takes the place of previous RFQ (Solicitation) #Q5130100002. The U.S. Department of the Interior, National Park Service, Big South Fork National River & Recreation Area, located in Oneida, TN has a requirement for various types of pumps. This solicitation is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 423830 (Industrial Machinery and Equipment Merchant Wholesalers) and the size standard is 100 employees. The Government intends to award a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. ABBREVIATED STATEMENT OF WORK The Contractor shall provide four different types of pumps. This acquisition consists of three line items. Unit of issue is EA. Unit prices quoted shall be for each item and include shipping costs. Specification sheets for each item quoted will be required. Estimated Delivery Date: 60 Days ARO Additional information on each line item is as follows:Line Item 0001 - Supply a quantity of two (2) vertical water lubricated turbine pumps. The water turbine pumps shall be Vertical mount with multiple turbine bowls and high thrust motors, and all related equipment as specified below with new in kind or equal. The following is a description of the requirements for this acquisition:The present pump system to be replaced are: two (2) Jacuzzi Bros. INC. model 6LCZ2 with 6 inch bowls, two stage water lubricated pump, column/bowl length of 58 13/16 inches, 5 hp high thrust 3450 rpm, 3 phase/60cycle/230-460 volt motor. Scheduled specification: Each Pumping System shall provide a rated flow capacity of 75 GPM @ 94.2 foot (TDH.) Pump shall also be potable water NSF-61 certified. These replacement pumps must be the same or equal. Installation of these items will be done by the government. Contractor will provide these items as a supply only. Line Item 0002 - Supply a quantity of one (1) booster pack triplex pump system. The potable water booster pack shall be: one package water booster system, triplex pump system, and all related equipment as specified below with new in kind or equal. Pump shall be NSF-61 certified. The following is a description of the requirements for this acquisition:The present pump system to be replaced is a three piece (Triplex) booster pump system. This booster system is a PACOFLO IIA with vertical pumps, a controller and diaphragm pressure tank. Design conditions for the services provided shall be: 260 GPM @ 60 ft head, max/min suction pressures 34/29 PSI, water system pressure is 55 PSI. Electrical supply is 460 volt 60 hz. 18 amp 3 phase. Connections: 4 inch suction and discharge headers. Scheduled specification: The replacement Booster Pack System: pumps 3500 RPM, stainless steel, variable speed drive, 3/60/460 volt, 4 inch suction and discharge headers. Triplex unit base shall be stainless steel. Booster pump system shall include silent check valves and isolation ball valves. The system will also require an integrated controller with remote communication capability and a diaphragm pressure tank of at minimum 34 gallons. The triplex Multi. Pump Control system will have remote computer operation capability with an included bus and ethernet web server connection interface. This replacement must be the same or equal. Installation of this item will be done by the government. Contractor will provide this item as a supply only. Line Item 0003 - Supply one High Pressure Centrifical Fire Pump of horizontal design. The fire pump shall be: Split Case, Double Suction, Centrifugal Pump, Pump casing horizontally split at shaft centerline for simple inspection and maintenance. Double suction impellers dynamically and hydraulically balanced, Drive motor 20 hp with flex coupling and OSHA guarded. The following is a description of the requirements for this replacement pump:The present pump system to be replaced is a: Paco model KP2013-5, double suction, horizontal, split case, centrifugal pump(s), or equal, designed to deliver the scheduled flow rate (in GPM), the specified total dynamic head (in feet), at the scheduled efficiency and scheduled speed (RPM). (The pump shall also be NSF-50 and NSF-61 certified.) To insure cavitation-free operation, each pump's NPSH requirement must be low enough to permit stable, continuous operation at 120% or greater of best efficiency point. Scheduled specification: High Pressure - Fire Pump with a rating of; 250 GPM, 130 Ft TDH. Drive motor of 20 HP, 1750 RPM, 240 volt, 3 Phase, 60 Hz. Premium High Efficiency ODP enclosed motor This replacement must be the same or equal. Installation of this item will be done by the government. Contractor will provide this item as a supply only. Quotes: Bid Schedule for Pumps Additional information on each line item listed above: Item Description QuantityUnitUnit ExtendedPricePrice0001Water Lubricated Vertical Turbine Pump 2EA$________$__________---------------------------------------------------------------------------------------------------------------------------------0002Triplex Booster Pack Pump System 1EA$________$__________---------------------------------------------------------------------------------------------------------------------------------0003High Pressure CentrificalFire Pump System 1EA$________$__________ --------------------------------------------------------------------------------------------------------------------------------- The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price and past performance. FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.212-04, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The following Recovery Act clauses also apply: FAR 52.203-15; FAR 52.204-11; FAR 52.212-04; 52.212-05; 52.213-04; FAR 52.214-26; FAR 52.215-02; FAR 52.225-21 through 52.225-24; and FAR 52.244-6. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all three of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/, and Online Representations and Certifications (ORCA) - https://orca.bpn.gov/ For the purpose of calculating the cost of shipping to be included in the price of individual items, items will be shipped to the Big South Fork National River & Recreation Area, 4564 Leatherwood Road, Oneida, TN 37841. Questions regarding this Synopsis/Solicitation shall be submitted in writing via e-mail to Pamela_Lyons@nps.gov no later than Monday, March 29, 2010 by close of business at 4:30 pm. No oral quotes accepted. Offers shall furnish company name, DUNS number, address, phone, fax number, e-mail address, official point of contact, RFQ (Solicitation) number, delivery period, unit price, extended price, any prompt payment discount terms, and specifications sheets for each item quoted. All Quotes shall be signed by an authorized company representative. Quotes are due Wednesday, March 31, 2010 by 2:30 PM EST. Quotes shall be faxed to 606-248-7276 OR e-mailed to Pamela_Lyons@nps.gov by the due date. All responsible offers may be considered for award in accordance with FAR Parts 13.106-02 and 13.106-03. Offerors who do not provide specifications sheets with their quotes will be considered non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q513010A002/listing.html)
 
Place of Performance
Address: Big South Fork National River & Recreation Area, Oneida, TN.
Zip Code: 37841
 
Record
SN02099909-W 20100325/100323235433-7c6cab379b167bd088c80c08bff46ffd (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.