Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOLICITATION NOTICE

43 -- UNWATERING PUMP

Notice Date
11/20/2008
 
Notice Type
Presolicitation
 
Contracting Office
00017 - US BUREAU OF RECLAMATION P O BOX 620 - CODE 7810 GRAND COULEE WA 99133
 
ZIP Code
99133
 
Solicitation Number
09SQ170641
 
Response Due
12/1/2008
 
Archive Date
11/20/2009
 
Point of Contact
Pam Marrs - Fax 509-633-9175 Purchasing Agent 5096339512 pmarrs@pn.usbr.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATIONUnwatering PumpGrand Coulee, Washington Solicitation 09SQ170641[Issued as Request for Quotation (RFQ)] U S Bureau of ReclamationGrand Coulee Power OfficeP O Box 620 - Code 7810Grand Coulee WA 99133 For questions please contact Pamala K Marrs, Purchasing Agent, 509-633-9512 or send a fax to 509-633-9175. For a copy of the drawing, fax your company's name, address, telephone number, fax number, Dun & Bradstreet Number, and Federal Tax ID Number to Pamala K Marrs at 509-633-9175. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FEDERAL ACQUISITION REGULATION (FAR) Subpart 12.6, as supplemented with additional information. This announcement constitutes the only solicitation; bids are being requested with literature to be included on the product and a written solicitation will not be issued. The solicitation number is 09SQ170641 and is issued as a Request for Quotation (RFQ). This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27. This acquisition is open for Full and Open competition. The applicable North American Industry Classification System (NAICS) Code is 333911, and the size standard is 500 employees. Quotes are due on December 01, 2008, 4:00 PM, PST at the address above. The offeror must electronically complete annual representations and certifications via the ORCA website at http://orca.bpn.gov prior to award. The Government anticipates an award of a firm-fixed price purchase order resulting from this RFQ on or about December 03, 2008. To take advantage of business opportunities with Bureau of Reclamation (BOR) and Department of the Interior (DOI) you must register your firm with Central Contractor Registration (CCR) at www.ccr.gov. This equipment will be purchased in accordance with FAR Part 13, Subpart 13.5-"Test Program for Certain Commercial Items." Simplified Acquisitions Procedures apply. CLIN 0001: The Bureau of Reclamation has a requirement for a ONE STAGE VERTICAL TURBINE PUMP ASSEMBLY - The replacement pump part must have a nominal rating of 5000 GPM at 80 feet total discharge head. The water temperature is between 35 degrees F to 70 degrees F. The installation site is approximately 900 feet ASL. The available net positive suction head (NPSH) at the pump base is approximately 29 feet. The replacement pump must bolt into the existing discharge column. Figure 1 (drawing 222-D-04061) shows the existing pump installation details and dimensions. The existing pump is a "Layne and Bowler" brand, two-stage bowl assembly. It has an outer (discharge) pipe, and an inner oil tube, which surrounds and provides support for the drive shaft. An oil drip system provides lubrication through the inner tube for the line shaft bearings and the upper pump bearing. There is a discharge fitting at 30 feet, in this case at the fourth joint. The required base (suction) flange is an 18-inch IPS 150-lb flange. The existing pump is 63-3/4 inches long, from the suction base (flange) to the outlet connection. The outlet connection is a 16-inch IPS threaded female fitting. A short piece of pipe screws into the pump discharge fitting and connects to a flange in the discharge column. The Government will obtain an appropriate length of pipe to adapt to the existing discharge column, longer or shorter as needed. However, the maximum allowable replacement pump length is 74-3/4 inches, based on the available length to the lowest discharge column flange. Unlike some vertical turbine pump installations, this pump is not immersed in the sump. Instead, it is attached to the sump by piping. As such, the replacement pump must be able to prime itself through the suction (inlet) piping. Any proposed pump type that has priming holes in the discharge line will not be considered. The overall pump setting measured from the bottom of the sole plate to the bottom of the pump suction bell should be approximately 62 feet. To receive consideration, all proposals must include: The proposed pump manufacturer and model number.A complete set of pump performance curves, showing:Total head (in feet) as a function of capacity (in GPM), andNPSH required (in feet) as a function of capacity (GPM), andBrake HP required as a function of capacity (GPM), and Pump efficiency gradient lines near the proposed design point.Vibration limitations per Hydraulic Institute Standards.A detailed list of materials, consisting of (but not limited to):Piping and flanges required for connecting the pump to the existing system (drawings with dimensions)All required pump main shaft couplings, adapters, and extensions (drawings with dimensions)All required pump oil tube couplings, adapters and extensions.Bolts, nuts and gaskets required for installing the pump. An outline drawing of the pump with key dimensions. These are to include and show the following; BowlMaterials of constructionSuction bell, lagged and machined for an 18" - 125 lb FlangeDynamic balanced impellersKeyed impellers Bronze bowl wear rings416 stainless steel shaft and couplingEnclosed line shaft connection18-8 stainless steel bowl fastenersDry pit construction, O-ring flanges16" flanged discharge case - open port for oil lube.Bonded epoxy coating on pump interiorDurable exterior coating Column 16" diameter flanged bottom column pipe assembly not to exceed 10 feet16" diameter flanged intermediate column pipe assembly not to exceed 10 feet(4 sections one of them to include below ground discharge)16" diameter flanged top column pipe assembly not to exceed 10 feetDry pit construction (O-ring flanges)Oil lubricated, enclosed line shaft - 3" diameter tube, 1 15/16" diameter shaftCarbon steel line shaft and coupling18-8 stainless steel column fastenersEpoxy coating of interior and exterior of columnEpoxy coating of interior and exterior of tube HeadBelow base fabricated steel below base discharge head90 degree tee.16" - 150 lb ANSI class discharge flange20" BD motor pedestalLifting lugsDischarge elbow and pedestal to match the original CL down and out base dimensionsFabricated steel sole plateCarbon steel sleeve type motor coupling and drive shaftTube tension assembly, 460 volt solenoid oiler and 1 gallon reservoirFull name plate date located on the pumpEnamel coating on pedestal and top pump assembly Motor125 hp vertical hollow shaft, 1200 RPM3 phase, 60 hz, 460 voltWP-1 enclosure, 1.15 S.F.Non reverse ratchetPremium EfficiencyConstant Speed120 volt space heaters Pump RateNominal Pumping rating 5000 GPM @ 80 Feet TDH ShippingShip bowl assembled, column/head unassembled. WarrantyNo less than a 12 months of operation warranty. State if warranty is other than 12 months. Manufacturer: Layne/Verti-Line 22GM-1 Stage Vertical Turbine Pump Assembly, or equal. - 1 assembly The product will be delivered to Warehouse B - Door 6 - Industrial Area, Grand Coulee, Washington 99133. Three copies of the bid with literature on the product will be submitted. One copy will be priced and two copy will be unpriced. Include delivery time with bid. Following are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2008)(must be registered at http://orca.bpn.gov); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2008), paragraph b is tailored to incorporate the following clauses: 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities an Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sept 2006); 52.225-1, Buy American Act-Supplies (Jun 2003); 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (Aug 2007); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR clauses are available in full text at http://www.arnet.gov/far. The following are additional clauses that are applicable to this synopsis in full text: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008) (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS number or "DUNS+4" that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same concern. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). FAR 211-6 Brand Name, or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive date or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Factors, Delivery Time, and Price. Technical factors and delivery time, when combined, are of greater importance than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.225-02 Buy American Certificate (Jun 2008) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms "component," "domestic end product," " end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Supplies." (b) Foreign End Products:LINE ITEM NO COUNTRY OF ORIGIN______________ _______________________________ _______________________________ _________________[List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. 52.244-06 Subcontracts For Commercial Items (Mar 2007) (a) Definitions. As used in this clause- "Commercial item" has the meaning contained in Federal Acquisition Regulation 2.101, Definitions. "Subcontract" includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the Contractor or subcontractor at any tier. (b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial items or nondevelopmental items as components of items to be supplied under this contract. (c)(1) The Contractor shall insert the following clauses in subcontracts for commercial items: (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212(a)); (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). Flow down as required in accordance with paragraph (g) of FAR clause 52.222-39). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241 and 10 U.S.C. 2631) (flow down required in accordance with paragraph (d) of FAR clause 52.247-64). (2) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under this contract. 52.249-01 Termination For Convenience Of The Government (Fixed-Price) (Short Form) (Apr 1984) The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=162b18660eb90a7bd8580b830b51d202&tab=core&_cview=1)
 
Record
SN01708120-W 20081122/081120220225-162b18660eb90a7bd8580b830b51d202 (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.