Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

43 -- Engine Test Cell Pump Replacement - Package #1

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-11-Q-800007
 
Archive Date
10/7/2011
 
Point of Contact
Gail M. Twiford, Phone: 252-335-6072, Claudette Y Surrento, Phone: 252-335-6895
 
E-Mail Address
gail.m.twiford@uscg.mil, Claudette.Y.Surrento@uscg.mil
(gail.m.twiford@uscg.mil, Claudette.Y.Surrento@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Terms and Conditions Quote Sheet Technical Criteria This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-11-Q-800007 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable North American Industry Classification Standard Code is 423830. The small business size standard is 100 employees. This is an unrestricted solicitation. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that one (1) Firm-Fixed Price Purchase Order shall be awarded as a result of this synopsis/solicitation. SEE ATTACHED SPREADSHEET TITLED "HSCG38-11-Q-800007 - QUOTE SHEET" FOR A LIST OF REQUIREMENTS. 1. SCOPE: a) Provide all supervision, labor, equipment and materials to replace qty (4) vertical turbine pumps associated with the Building 100 engine test cells. This shall include: i) Replacement of qty (2) dynamometer cooling pumps ii) Replacement of qty (1) water tower circulating pump. iii) Replacement of qty (1) floor wash pump. iv) Start up and testing of above pumps after installation. 2. GOVERNMENT FACILITIES AND UTILITIES: a) Potable water and electricity are available on site. The contractor will be permitted to utilize these utilities in performing the work, provided that the existing systems are not overloaded. Telephone services and toilet facilities will not be available for use by the Contractor. 3. MATERIALS AND LOCATIONS: a) Materials delivered to the work site shall be stored near the construction site in locations pre-approved by the Contracting Officers Technical Representative (COTR), to be determined at the time of award. The Contractor shall be responsible for the protection and security of their materials and equipment. The Contractor shall be responsible for the lawful handling and disposal of all construction waste, rubbish, and debris generated under this contract and shall do so in accordance with all Federal, State, and Local laws, regulations and specifications. Special precautions shall be taken to ensure construction materials, waste, and debris does not enter the airfield, runways, and taxiways. The work site shall be cleaned up at the completion of each day. 4. SCHEDULE OF WORK: a) Completion of work should be accomplished within 60 calendar days from receipt of notice to proceed. The daily Base work schedule is Monday through Friday, 8:00am to 4:30pm. The Contractor shall perform installation such that it causes minimal disruption to normal ongoing work. The Contractor shall work during these hours unless previously approved by the COTR. 5. EXISTING CONDITIONS: a) The Contractor is expected to satisfy themselves as to the existing conditions and the work to be performed. A site visit is encouraged and can be arranged with David Aydlett at 252-335-6870. The Contractor shall verify all dimensions and bring any known discrepancies to the attention of the point of contact mentioned above. 6. LIABILITY OF CONTRACTOR: a) Any damage to government property caused by the Contractor shall be reported, repaired and/or replaced by the Contractor at no cost to the government. The Contractor shall not disconnect any service without approval from the COTR. 7. INSPECTION AND ACCEPTANCE: a) The COTR will accomplish project inspection and acceptance of work. 8. RESERVED: 9. SAFETY: a) The Contractor is responsible for work site safety. The Contractor shall observe all Federal, State, and Local safety laws, rules and regulations. 10. SITE RESTORATION & CLEAN UP: a) The Contractor shall clean up the job site, upon project completion, returning it to a state equal to or exceeding that in which it was found. 11. SUBMITTALS: a) The following list of submittals required for approval defines the specific minimum requirements for this contract. A "Catalog Cut Sheet" shall be submitted for each of these items, which will include the manufacturer's description, specifications, and sketches of the material being used. The catalog cut shall contain sufficient information that can be used to determine compliance of the material with these specifications and referenced specifications. i) Dynamometer Pumps (qty 2) ii) Water Tower Circulating Pump iii) Floor Wash Pump 12. TECHNICAL REQUIREMENTS: a) Installation: Contractor shall provide all equipment, materials, labor and supervision to replace existing pumps. New pumps shall meet below specifications. i) Dynamometer Cooling pumps (qty 2): (1) Pump shall be 3 stage cast iron bronze fitted vertical turbine pump with 4" flanged 125# discharge head. Basis of pump specification is Gould's Vertical Turbine Pump Model VIT - Size 4x10WALC with salient characteristics below. (2) Pump shaft shall be 416 stainless steel. Pump column shall include galvanized or stainless suction strainer. Approximate length of column including suction strainer is 72" to match existing. (3) Sole plate of pump shall adapt to current foundation mounting configuration. (4) 15 hp, 1800 rpm, high thrust, premium efficiency motor shall be provided with pump (5) Pump shall be rated to provide 300 gpm @ 144' TDH @ 1770 rpm. (6) Pump output shall be a minimum of 60 psi ii) Water Tower Circulating Pump (qty 1): (1) Pump shall be single stage cast iron bronze fitted vertical turbine pump with 4" 150# flanged discharge head. Basis of pump specification is Gould's Vertical Turbine Pump Model VIT-CATM-MS with salient characteristics below. (2) Pump shaft shall be 416 stainless steel. Pump column shall include galvanized or stainless suction strainer. Approximate length of column including suction strainer is 72" to match existing. (3) Sole plate of pump shall adapt to current foundation mounting configuration. (4) Premium efficiency motor shall be provided to replace existing motor. Existing motor is 3 hp, 1735 rpm, 460V/60hz/3 ph. (5) Pump shall be rated to provide 300 gpm @ 23.9' TDH @ 1760 rpm. iii) Floor Wash Pump (qty 1): (1) Pump shall be 3 stage cast iron bronze fitted vertical turbine pump with 4" 150# flanged discharge head. (2) Pump shaft shall be 416 stainless steel. Pump column shall include galvanized or stainless suction strainer. Approximate length of column including suction strainer is 72" to match existing. (3) Sole plate of pump shall adapt to current foundation mounting configuration. (4) Premium efficiency motor shall be provided to replace existing motor. Existing motor is 7.5 hp, 3480 rpm, 460V/60hz/3 ph. (5) Pump shall be rated to provide 175 gpm @ 125' TDH @ 3,500 rpm. b) The Contractor shall be responsible for any piping reconfiguration necessary for connection of new pumps as well as all electrical connections. c) Testing: The Contractor shall perform all start up and testing of the new pumps IAW manufacturer's recommendations. This shall include providing proper training to USCG maintenance personnel. 13. EXECUTION: a) Installation, workmanship, fabrication, assembly, erection, examination, inspection and testing shall be in accordance with appropriate sections of 29 CFR 1910, 1926. b) As a minimum, installation shall be in accordance with NFPA 70, and all applicable State and Local codes. NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE ATTACHED SPREADSHEET TITLED "HSCG38-11-Q-800007 - TECHNICAL CRITERIA" FOR RESPONSE TO SPECIAFICATIONS SEE ATTACHED DOCUMENT TITLED "TERMS AND CONDITIONS - HSCG38-11-Q-800007" FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUTION CRITERIA. SEE ATTACHED PDF TITLED "OFFEROR CHECKLIST - HSCG38-11-Q-800007" FOR A LIST OF ALL ITEMS TO BE SUBMITTED WITH QUOTATION. All responsible sources may submit a quotation which shall be considered by the Agency. Closing date and time for receipt of offers is September 22, 2011. Anticipated award date is within two weeks. E-mail quotes are preferred and may be sent to gail.m.twiford@uscg.mil. Please indicate HSCG38-11-Q-800007 in subject line. Quotes may also be faxed to 252-335-6227 or mailed to the following address: USCG ALC 1664 Weeksville Road IOD Building 101A, HSCG38-11-Q-800007 Attn: Gail Twiford Elizabeth City, NC 27909 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-800007/listing.html)
 
Place of Performance
Address: HU25, HH65, HH60J, C130, ESD, IOD, ISD, CASA, or ALD, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02572366-W 20110914/110912235920-4c5a13a315b5ecfab39f4dd0713ad89f (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.