Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2010 FBO #3046
SOLICITATION NOTICE

43 -- Trailer Mounted Centrifugal Trash Pumps 6-Inch and 8-Inch

Notice Date
3/26/2010
 
Notice Type
Presolicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-10-R-0052
 
Response Due
4/2/2010
 
Archive Date
6/1/2010
 
Point of Contact
Brunson Grothus, (309)794-5241
 
E-Mail Address
USACE District, Rock Island
(brunson.e.grothus@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL SPECIFICATION: The pumping units required under this Section shall be complete including pumps, automatic priming system, engines, trailers, hoses, fittings, etc. Furnish the BASE BID quantities of pump/engine assemblies, equipment, and services as identified in the Schedule of Prices. In addition, furnish any additional quantities of pump/engine assemblies, equipment, and services the Government may choose to purchase and the Contractor to provide as identified under OPTION A in the Schedule of Prices. The pump/engine assemblies shall be of the 6-inch horizontal, self-priming centrifugal type pump(s), engine-driven, with 6x6 inch suction and discharge connection, and 8-inch horizontal, self-priming centrifugal type pump(s), engine-driven, with 8x8 inch suction and discharge connection. The 6-inch pump shall be capable of 750 gallons per minute against a maximum total discharge head of 120 feet while operating at 2000 revolutions per minute (RPM) and shall be capable of dry self priming to suction lifts up to 25 feet. The 8-inch pump shall be capable of 1600 gallons per minute against a maximum total discharge head of 120 feet while operating at 2000 revolutions per minute (RPM) and shall be capable of dry self priming to suction lifts up to 25 feet. The pumps shall be capable of passing solids with a minimum sphere size of 3 inches in diameter without damage to the pump. The pumps shall be capable of operating in the dry condition for extended periods of time without resulting in damage to the pumps. All quantities of the equipment identified shall be supplied such that all major components of the assemblies are of like make and model and furnished by a single manufacturer who has been regularly engaged in the production of such components for a minimum of 5 years. The Contractor shall deliver within 30 calendar days after Contract Award a minimum of six (6) pump/engine/trailer assemblies with equipment as specified and identified under the BASE BID of the bidding schedule. The remaining eight (8) pump/engine/trailer assemblies with equipment as specified and identified under the BASE BID of the bidding schedule shall be delivered within 70 calendar days after Contract Award. Delivery shipments may include any number combination of the specified equipment to meet the minimum delivery quantities as specified above. The Contractor shall be given an additional 10 calendar days to deliver the OPTION A pump/engine/trailer assemblies should the Government choose to exercise any portion of the option. The solicitation for this procurement will soon be available on www.fbo.gov. Any contractor wanting the solicitation must download it from this website. Questions about this project must be submitted to the Question and Answer website at: http://www.mvr.usace.army.mil/Contracting/QandA/default.cfm Questions must be submitted by March 31, 2010! We will not accept faxed bids!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-10-R-0052/listing.html)
 
Place of Performance
Address: USACE District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
 
Record
SN02103671-W 20100328/100326234649-db0223efbb9023c56b8cadee3ae594a8 (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.