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
- 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 |