Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
SOLICITATION NOTICE

43 -- SEA WATER PUMP

Notice Date
8/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
WASC-7-9213
 
Response Due
8/16/2007
 
Archive Date
8/31/2007
 
Description
This is a combined synopsis/Solicitation for NOAA, National Marine Fisheries Service for a fybroc vertical turbine pump. Vertical turbine pump & motor in which the pump section is constructed of non-metallic materials capable of continuous pumping of raw seawater. For delivery to Manchester Research Station 7305 Beach Drive East, Port Orchard, WA 98366 located near the waters of Clam Bay and Rich Passage in the Puget Sound. There is a floating pumping station that is influenced by tidal activity located at the end of a 700' pier that will house the pump that is chosen. The pump will be placed into a sump that is attached to the floating system; this sump will draw its water from two 20" holes located in the bottom. The vertical turbine pump/motor assembly will mount to the sumps external framework with the wet end extending into the sump to the appropriate depth (see drawingi). The pumps discharged will enter a pipeline system that will send the water to an onshore facility that will filter and distribute the water to salmon culture tanks, and fisheries related research projects Product Specifications 1. A Fybroc 5500 series, 4x6x13 vertical turbine pump with 50 RP motor where all wetted parts, except shaft and bolting, are constructed of non-metallic parts. 2. Pump will operate on a floating platform in seawater. This pump will be subject to varying total dynamic head due to tidal fluxions, which will require that the pump must be able to deliver 1000gpm at 112TDR at BEP. The pump performance should match or exceed the water delivery for each TDR point on the attached pump curve. 3. Vendor will submit pump curves and pump data to NOAA Manchester stafffor review prior to award. 4. Pump shaft will be precision ground Rastelloy-C 5. Motor bearing pedestal to support pump column and motor will be cast iron and protected from corrosion by a polyester thermosetting powder coating. 6. Fiberglass mounting plate of appropriate thickness and size to support pump and motor. 7. Non-metallic basket strainer attached to pump casing by fiberglass studs and nuts. 8. External impeller adjustment, which will allow for adjustment of impeller-to-casing clearance at the pump location. 9. Thrust bearing, which is easily, replaceable and allow the use of, "off the shelf motors". 1O. Axially split bearings made of or equal to PTEF (Teflon) and carbon filled PPS. These bearings should be easily replaceable while the pump remains completely assembled, including pump shaft. 11. Lower sleeve pump bearings made of or equal to PTEF (Teflon) and carbon filled PPS. These bearings should be easily replaceable while the pump remains completely assembled, including pump shaft. 12. All elastomers will be EPDM or Viton. 13. Pump motor will be rated at TEFC 50HP / 3p / 480V /1800 rpm and service ready for both continuous and severe duty. 14. All bearings, seals and bearing holders will be supplied with a second replacement set. 15. Discharge flange 1501b.Non-metallic. 16. Maximum water temperature of65F. 17. Total length of wet end from surface to bottom is 60 inches maximum / 48 inches minimum. . .. See Drawing 1. 18. Vendor will supply three copies of pump operating manual. 19. A list of all materials used in construction ofthe pump will be supplied to the government. All interested parties must respond to this announcement within fifteen (15) calendar days of its publication. All responses must be in writing and may be faxed to 206-527-7166 attention Melvin Fondue. ****The Western Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR) as of October 1, 2003. After this date, NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at HTTP://ORCA.BPN.GO
 
Place of Performance
Address: Port Orchard, WA
Zip Code: 98366
Country: UNITED STATES
 
Record
SN01358523-W 20070803/070801220557 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.