Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2003 FBO #0539
MODIFICATION

43 -- PUMP

Notice Date
5/20/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-03-T-0302
 
Response Due
5/27/2003
 
Archive Date
6/11/2003
 
Point of Contact
Winifred Wills, Purchasing Agent, Phone 757-688-4504, Fax 757-688-4441,
 
E-Mail Address
willswf@supship.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is issued to extend the closing date to 27 May 2003 ___________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required service under RFQ N00189-03-T-0302 a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk intends to purchase the following Iitem:CLIN 0001, 1 Ea,Model 3409 Gould Pump; Size 8X12-22L 1785 RPM. NICKLE BRONZE 316 S.S;SPECIFICATIONS:TABLE OF CONTENTS 1 SCOPE I SERVICE REQUIREMENTS: 1.1 GENERAL 1.2 PUMP PERFORMANCE: 2 PRODUCTS I COMPONENTS: 2.1 PUMP: ?-? HYDRAULIC INSTITUTE HI-O1 3 EXECUTION I DELIVERABLES 3.1 SUBM1TTAL5 3.2 FACTORY TEST REPORTS 3.3 PUMP PACKAGE 3.4 WARRANTEE 3.5 OPERATION MAINTENANCE MANUALS 3.6 START UP ENGINEER I TECHNICIAN & TRAINING 3.7 ON SiTE PERFORMANCE TEST 1 SCOPE / SERVICE REQUIREMENTS: 1.1 GENERAL A EMERGENCY FIRE PUMP B STATIONARY C PUMP SEA WATER (S.G. -1.03) FROM THE RIVER TO THE SALT WATER DISTRIBUTION SYSTEM D THE PUMP SHALL BE CAPABLE OF A SUCTION LIFT UP 10 16 FEET FROM THE RIVER. E THE PUMP SHALL BE CAPABLE TO DELIVER 3600 GPM. I..2 PUMP PERFORMANCE: A THE DESIGN POINT SHALL BE 3600 GPM 0425? TDH 0 1800 RPM B FLOW 3600 GPM C TOTAL DYNAMIC HEAD 425 FT fl!~R?07?2003 12:41 D ThE NPSHR SHALL NOT EXCEED 14.0? FOR FLOWS BETWEEN 1758 GPM & 3600 GPM E EFFICIENCY NOT LESS ThAN 82% AT THE DESIGN POINT F EFFICIENCY NOT LESS THAN 72% FOR FLOWS BETWEEN 1758 GPM & 3100 GPM G THE NPSHA IS 14.0? H THE PUMP SHALL NOT CAViTATE AT FLOWS LESS ThAN 3600 GPM. I PUMP SHALL NOT OVERLOAD ThE 600 HP MOTOR AT ANY POINT ON ThE CURVE 2.1 NOT USED 2.2 CENTRIFUGAL FIRE PUMP: A 1 GENERAL 2 CENTRIFUGAL CONFORMING TO HYDRAULIC INSTITUTE STANDARDS 3 SINGLE STAGE 4 HORIZONTAL SPLIT CASE UPPER HALF FREE FROM PIPE CONNECTIONS 5 DOUBLE SUCTION DESIGN---- DOUBLE VOLUTE 6 CASINGS: ? NICKEL ALUMINUM BRONZE ASTM B 148 (OR BRONZE ASTM B 62 Wi APPROVAL) 7 IMPELLERS: ? NICKEL ALUMINUM BRONZE ASTM B 148 (OR BRONZE ASTM B 62 WI APPROVAL) 8 WEAR RINGS: ?--BRONZE 9 SHAFT: ? ? ?MONEL K500 ASTM A 296 10 SHAFTSLEEVES ? 316 STAINLESS STEEL ASTM A 276 11 SEALS: PACKING 12 SHAFT COUPLINGS: 13 BALANCE: BALANCE ALL ROTATING PARTS TO ANSI 52.19 / ISO 1940 QUALITY GRADE 2.5 14 BEARINGS: ? ? ?--- STAINLESS STEEL ROLLING CONTACT TYPE 15 LUBRICATION: ?--?- ---GREASE TYPE BEARINGS 16 PIPE SUCTION CONNECTIONS CONFORMING TO ANSI B16.24 CLASS 150 17 PIPE DISCHARGE CONNECTIONS CONFORMING TO ANSI B16.24 CLASS 300 18 PUMP CONSTRUCTIONS STANDARDS: CONFORMING HYDRAULIC INSTiTUTE HI-01. 19 PUMP MOTOR HAS CLOCKWISE ROTATION (MOTOR IS ON THE RIGHT SIDE WHEN FACING ThE DISCHARGE FLG) 20 DIMENSIONS TO FiT IN EXiSTING LOCATIONS WIDTH FLANGE TO FLANGE = 42? WIDTh DISHARGE FLANGE TO CENTER LINE OF SHAFT =20? HEIGHT FOOT TO CENTERLNE OF SHAFT = 21? HEIGHT FOOT TO CENTERLNE OF DISCHARGE = 8? DISCHARGE FLANGE 8? ANSI 250# SUCTION FLANGE 12? ANSI 125# B PUMP CASINGS 1 CASING SHALL BE NICKEL ALUMINUM BRONZE OR BRONZE 2 HORIZONTAL SPLIT CASE 3 SUCTION AND DISCHARGE FLANGES INTEGRALLY CAST W/ BOTTOM 4 TOP REMOVABLE W/O DISTURBING PIPE CONNECTIONS 5 TOP REMOVABLE W/O DISTURBING ROTATING ASSEMBLY. 6 TOP REMOVABLE W/O DISTURBING ALIGNMENT. 7 FREE FROM BLOW HOLES 8 FREE FROM HARD SPOTS 9 FREE FROM SHRINKAGE DEFECTS 10 FREE FROM CRACKS AND OThER INJURIOUS DEFECTS 11 BE DOUBLE VOLUTE WITH FLANGED PIPING CONNECTIONS 12 SUCTION PIPE FLANGE CONFORMING TO ANSI B16.24 CLASS 150 13 DISCHARGE PIPE FLANGE CONFORMING TO ANSI B16.24 CLASS 300 14 SHALL BE RATED AT 300 PSI 15 BE HYDRO-STATICALLY TEST AT 300 PSI. 16 SHALL HAVE TAPPED OPENINGS FOR THE AIR VENTING 17 SHALL HAVE TAPPED OPENINGS FOR THE DRAINING 18 SHALL HAVE TAPPED OPENINGS FOR THE PRIMING 19 SHALL HAVE TAPPED OPENINGS FOR ThE SUCTION GAUGES 20 SHALL HAVE TAPPED OPENINGS FOR ThE DISCHARGE GAUGES 21 DRAINS AT LOW POINT OF ALL PASSAGES RETAINING WATER. C IMPELLERS 1 SHALL BE OF THE ENCLOSED DESIGN 2 SHALL BE CONSTRUCTED OF NICKEL ALUMINUM BRONZE OR BRONZE 3 SHALL BE STATICALLY AND DYNAMICALLY BALANCE 4 SHALL BE SECURELY FASTED TO ThE SHAFT. D WEAR RINGS 1 ThE WEAR RINGS (CASING AND IMPELLER) SHALL BE MADE OF NITRONIC 60CR BRONZE 2 SHALL BE SECURELY FIX IN POSITION TO PREVENT ROTATION 3 SHALL BE REPLACEABLE TO ENSURE EASE OF MAINTENANCE. E SHAFT 1 ThE SHAFT SHALL BE MADE OF MONEL 2 ACCURATELY MACHiNED 3 SHALL BE SUFFICIENT SIZE AND STRENGTH TO PERFORM ThE WORK REQUIRED. F SEALS 1 PACKING SHALL BE GRAPHiTE IMPREGNATED GRAPHrrE FIBER 2 TYPE 316 STAINLESS STEEL SLEEVE 3 LANTERN RING SHALL BE TEFLON OR BRONZE WI APPROVAL 4 SEAL WATER PIPED FROM CASING DISCHARGE 4 DESIGN TO RUN FOR EXTENDED TIMES UNATTENDED G SHAFT COUPLINGS 1 SHAFT COUPLINGS SHALL BE OF THE HEAVY DUTY FLEXIBLE TYPE 2 SHALL BE KEYED AND LOCKED TO THE SHAFT 3 ThE OUTSIDE SURFACES SHALL BE MACHINED PARALLEL TO SHAFT AXIS 4 ThE FACES SHALL BE MACHINED PERPENDICULAR TO SHAFT AXIS 5 DISCONNECTION SHALL BE ACCOMPLISHED W/O REMOVING DRIVER 6 SHALL NOT BE USE TO COMPENSATE FOR MISALIGNMENT H BALANCE 1 ALL ROTATING PARTS 2 EQUIPMENT SHALL OPERATE WITHOUT EXCESSIVE END ThRUST 3 EQUiPMENT SHALL OPERATE WITHOUT EXCESSIVE VIBRATION 4 EQUIPMENT SHALL OPERATE WiTHOUT EXCESSIVE NOISE 5 STATICALLY AND DYNAMICALLY 6 BALANCE TO ThE ANSI 52.19 / ISO 1940 QUALiTY GRADE 2.5 7 TOTAL SHAFT PEAK TO PEAK DYNAMIC DEFLECTION <2.0 MILS I BEARINGS 1 BEARINGS SHALL BE ANTI -FRICTION BALL TYPE BEARINGS 2 ThE END BEARING SHALL TAKE ALL OF THE AXIAL END ThRUST. 3 PUMPS THAT DEPEND ONLY ON HYDRAULIC BALANCE TO OVERCOME END ThRUST WILL NOT BE ACCEPTABLE. .3 LUBRICATION 1 BEARINGS SHALL BE GREASED TYPE, SEALED OR RE-GREASABLE WITH GREASE FiTTINGS. 3 EXECUTION I DELIVERABLES 3.1 SUBM~TTALS (SHALL BE ACCEPTED BY ThE GOVERNMENT EILCB PRIOR TO P.O.) A IDENTIFICATION OF ALL MANUFACTURES AND MODEL NUMBERS B PUMP CURVES C PUMP MATERIAL SPECIFICATIONS D PUMP CATALOG CUTS I PHOTOS OF PLAN VIEW ( WITH AND WITHOUT CASING COVER OFF) E PUMP DIMENSIONAL DRAWINGS F PUMP SEAL SPECIFICATIONS, DRAWiNGS AND PHOTOS G SHAFT DESIGN - DIMENSIONS, STRESS ANALYSIS H CERTIFICATION OF THE SUBM11TAL COMPLIANCE WITH ThE SPECIFICATIONS 3.2 FACTORY TEST REPORTS (SHALL BE APPROVED/ACCEPTED BY THE GOVERNMENT E.I.C. PRIOR TO DELIVERY) A HYDRAULIC PRESSURE TEST REPORT B PUMP PERFORMANCE TEST REPORT C CERTIFICATION OF COMPLIANCE WITH THE PERFORMANCE SPECIFICATIONS 3.3 PUMP PACKAGE A THE CONTRACTOR SHALL SCHEDULE THE DELIVERY DATE WITH THE GOVERNMENT E.I.C. B DELIVERY SHALL BE AFTER WRITTEN ACCEPTANCE OF TEST REPORT. 3.4 WARRANTEE SHAL BE 1 YEAR MINIMUM THE CONTRACTOR SHALL HAVE A REPRESENTATIVE ON SITE WITH IN 24 HOUR IF PROBLEM OCCURS DURING WARRANTEE 3.5 OPERATION & MAINTENANCE MANUALS A OPERATORS INSTRUCTIONS B PUMP OPERATION & MAINTENANCE MANUALS (INCLUDING ALL REPLACEMENT PARTS) C MANUFACTURERS REFERENCE MANUALS D MANUFACTURERS TROUBLE SHOOTING MANUALS E MANUFACTURERS TROUBLE REPAIR MANUALS F PARTS LIST AND VENDER CONTACTS 3.6 CONTRACTOR START UP ENGINEER I TECHNICIAN A 1 DAY FOR OPERATOR & MAINTENANCE TRAINING, PERFORMANCE TESTING, COMMISSIONiNG FOB: Point Destination to Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (July 2002) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAY 2002) within this clause, the following clauses apply and are incorporated by reference: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Eligible Veterans (38 U.S.C. 4212), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (E.O.13126), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (31 U.S.C. 3322), FAR 52.215-5 Facsimile Proposals (OCT 1997), 5252.NS-050T Minimum DOD contract requirements for compliance with Pinewood Nematode, FAR 52.245-4 Government Furnished Property (APR 1984). The RFQ document, (N00189-03-T-0302, provisions and clauses which have been incorporated are those in effect through FAC 2001-11.The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2002) within this clause the following clause apply and are incorporated by reference: 252.225-7000 Buy American Act--Balance of Payments Program Certificate (SEP 1999), DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause ? (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number, means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database, means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil-- At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 should show the requested service, with its unit price, extended price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by May 27, 2003, at 16:30, or 4:30 P.M. Offers can be emailed to WillsWF@supship.navy.mil, or faxed to (757-688-4441) or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn:Wini Wills Code 203C1, Norfolk, VA.23511-3392. Reference RFQ N00189-03-T-0302, on your proposal. Numbered Notes, number 1 applies.
 
Place of Performance
Address: NAVY PUBLIC WORKS CENTER, 9742 MARYLAND AVENUE, NORFOLK, VA
Zip Code: 23511
 
Record
SN00329013-W 20030522/030520214815 (fbodaily.com)
 
Source
FedBizOpps.gov 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.