Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

43 -- Emergency Electric Portable Submersible Dewatering Pumps 6" for Lock & Dam 7 Dewatering, in La Crescent, MN 55947-9538. Once awarded pumps will have to be delivered within one week after receipt of award. - Package #1

Notice Date
12/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-12-T-0038
 
Archive Date
1/6/2012
 
Point of Contact
Deborah A Lawrence, Phone: 651-290-5410, Dawn Linder, Phone: 651-290-5407
 
E-Mail Address
deborah.a.lawrence@usace.army.mil, dawn.m.linder@usace.army.mil
(deborah.a.lawrence@usace.army.mil, dawn.m.linder@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation #W912ES-12-T-0038 Dewatering Pumps LD7 TECHNICAL REQUIREMENTS SUPPLY CONTRACT FOR LOCK 7 SUBMERSIBLE DEWATERING PUMPS INDEX PARAGRAPH DESCRIPTION PAGE PART 1 GENERAL 1.1 SCOPE 1 1.2 APPLICABLE PUBLICATIONS 1 1.3 SUBMITTALS 1 PART 2 PRODUCTS 2.1 GENERAL REQUIREMENTS 2 2.2 MATERIALS 3 2.3 ELECTRIC SUBMERSIBLE PUMPS 3 2.4 SPARE PARTS AND SPECIAL TOOLS 6 PART 3 EXECUTION 3.1 FABRICATION AND MACHINING 7 3.2 SHIPPING AND DELIVERY 7 3.3 WARRANTY 8 SUBMERSIBLE PUMPING EQUIPMENT DEWATERING PUMPS PART 1 GENERAL 1.1 SCOPE: This section covers the requirements to supply two electric, portable, submersible, dewatering pumps for the lock dewatering work at Lock and Dam 7. 1.2 APPLICABLE PUBLICATIONS: The following publications of the issues listed below, but referred to thereafter by basic designation only, form a part of this section to the extent referenced: 1.2.1 American Society for Testing and Materials (ASTM): A27 (2010) Steel Castings, Carbon, for General Application. A 36 (2008) Structural Steel. A 48 (2003 R 2008) Gray Iron Castings. A 276 (2010) Stainless and Heat Resisting Steel Bars and Shapes. A 285 (2003 R 2007) Pressure Vessel Plates, Carbon Steel, Low and Intermediate Tensile Strength. A 516 (2010) Pressure Vessel Plates, Carbon Steel, for Moderate and Lower Temperature Service. A 564 (2010) Hot-Rolled and Cold-Finished Age-Hardening Stainless and Heat-Resisting Steel Bars and Shapes. A 576 (2006) Steel Bars, Carbon, Hot Rolled, Special Quality. A 668 (2004 R 2009) Steel Forgings, Carbon and Alloy, for General Industrial Use. B 148 (1997 R 2009) Aluminum-Bronze Sand Castings. B 584 (2009) Copper Alloy Sand Castings for General Applications. 1.2.4 National Fire Protection Association (NFPA): No. 70 (2011) National Electrical Code (NEC). 1.3 SUBMITTALS: The contractor is required to submit the following: 1.3.1 Shop Drawings including catalog cuts and manufacturer's data, shall be submitted. Submittal shall be for information only and shall be submitted with the bid package. Shop drawings shall be neat, legible, and of sufficient size so as to be easily read and/or reproduced. The following items shall be submitted: a) Outline drawings of proposed pumps showing all pertinent dimensions and weight of the various components of the pumps. b) Dimensioned cross sectional drawings of the pumps and components and motors. Motor data shall be furnished that shows dimensional data and operating speed. Wear ring system shall be indicated. Bearing system and bearing life data shall be provided. Pump shaft seal system shall be submitted. c) Factory performance pump capacity head curves shall be provided with the brake horsepower (BHP) and the net positive suction head required (NPSHR) requirements presented; operating points shall be indicated. Efficiency data shall be plotted. d) Warranty. A copy of the pump warranty for each pump provided shall be submitted. e) Motor controllers and starters and disconnects. 1.3.3 Operation and Maintenance Manual: The Contractor shall submit, after delivery of pumps, manuals containing complete information in connection with the operation, lubrication, adjustment, routine and special maintenance, disassembly, repair, and re-assembly of the pumps and accessories. These can be submitted electronically. The manual shall also have a listing of special tools required for working on the pumps. The manual shall include complete diagnostic information on the pumps and all approved shop drawing submittals on the pumps. 1.3.3.1 Parts list: The operation and maintenance manual shall have a complete parts list for the pumps. The list shall clearly show all details and parts, and all parts shall be adequately described and have identification markings and include sources for all parts. PART 2 PRODUCTS 2.1.1 Standard Products: All pumps supplied shall be the product of a pump manufacturer who has produced at least 200 units (or similar units) of the pump required under this contract. Half of these units shall have been operating in the United States for at least five years prior to the contract award date. All pumps furnished under this contract shall be from the same pump manufacturer. 2.1.2 Service Availability. The pumps furnished shall be supported by a service organization. Service and parts shall be available within 300 miles of the Minneapolis, Minnesota area. 2.1.3 Nameplates: Each major item of equipment shall have the manufacturer's name, address, type/style, model, serial number, and catalog number on a plate secured to the item of equipment. Nameplates shall be made of corrosion resisting metal with raised or depressed lettering on a contrasting colored background. 2.1.4 Instruction Plates: As necessary, each item of equipment shall be equipped with suitably installed instruction plates including warnings and cautions describing special and important procedures to be followed during starting, operating, and servicing the equipment. The plates shall be made of corrosion resisting metal with raised or depressed lettering on a contrasting colored background. 2.1.5 The pump supplier must have certified service technician with a truck and boom for emergency service. Supplier shall have 2 new pumps in the stock similar to the model required under this contract. 2.1.6 Discharge Connection: The pump supplier shall furnish the pumps with a 6 inch pipe flanged connection. Alternatively, the pump supplier can provide any adaptor necessary to transition to a 6 inch flanged connection such as a Victaulic flanged adaptor. 2.2 MATERIALS: 2.2.1 Materials not specifically described shall, as far as practicable, conform to the latest approved industry standard(s) covering the appropriate class or types of materials. 2.2.2 Designated items shall conform to the following: Item Requirements Cast Iron ASTM A 48, Class No. 30A, 30B and 30C Cast Steel ASTM A 27, Grade 65 35, annealed Copper Alloy Castings ASTM B 584, Alloy No. C93700 or C86300 Structural Steel ASTM A 36 Cold Rolled Steel Bars ASTM A 108, Minimum Working Strength 65,000 pounds per square inch Hot Rolled Steel Bars ASTM A 576, Grades: G10200, G10450, G11410 Hot Rolled Stainless ASTM A 564, Grade 517400 Bars and Shapes: Steel Plates, Structural ASTM A 285, Grade B Steel Plates, Pressure ASTM A 516, Grade 55 Vessel Steel Forgings ASTM A 668, Class F 2.3 ELECTRIC SUBMERSIBLE DEWATERING PUMPS: 2.3.1 Pump Requirements. The Contractor shall supply a total of two (2) portable dewatering pumps similar to Flygt BS-2670 dewatering pumps. The pumps shall be the electric, submersible type. Pumps shall be 6 inch diameter and shall have a screen for filtering out large debris. Pumps shall be capable of pumping suspended solids including sand and debris commonly found in river water. 2.3.2 Pump Quantities, Capacities, and Total Dynamic Head (T.D.H): Pump Quantity, capacities, and required pumping head as follows: Pump Capacity Quantity Total Dynamic Head in Feet of Water (T.D.H) 1000 gpm 2 50 (1) Primary condition point: Discharge not less than pump size stated against a Total Dynamic Head in Feet of Water (TDH) as stated. Pumps shall be minimum 75% overall efficient at the condition point stated above. The Net Positive Suction Head (NPSH) required by the pump, at any point throughout the range of capacities and heads against it will operate, shall not be more than the NPSH available. The NPSH available shall be computed at the site elevation for Minneapolis, Minnesota and a water temperature of 85 degrees Fahrenheit. (2) In addition, the pumps shall be capable of pumping against a head of 60 feet (TDH). 2.3.3 Speed: The speed of the pumps shall not exceed values stated below. Pumps will be rejected if speeds exceed these values. Pump Size Speed 1000 gpm 3450 RPM 2.3.4 Pump casings: Pump casings shall be high strength and light weight aluminum. Motor shall have cast iron stator housing. Strainer shall be Type 316 stainless steel. 2.3.5 Nuts and bolts: All bolts used in assembling each pump and its supporting members shall be of corrosion resisting steel and shall be hexagonal type. Stainless steel cap screws conforming to ASTM A 276, Type 316, and used with silicon bronze nuts or stainless steel nuts, will be permitted as will silicon bronze cap screws with tapped casting holes. 2.3.6 Impellers: Impellers shall be gray cast iron conforming to ASTM A48 Class 30, or of aluminum bronze conforming to ASTM B 148 Grade D. Impeller trim shall be adjustable. 2.3.7 Shafts and Seals: Pump and drive shaft shall be a single combined shaft. The pump shaft and drive shaft shall be of ASTM A276, Type 420 stainless steel or an alternate stainless steel, as approved, and shall be completely isolated from the pumped liquid. 2.3.8 Each pump shall be provided with a tandem mechanical rotating shaft seal system. Seals shall run in an oil reservoir. Lapped seal faces must be hydrodynamically lubricated at a constant rate. The lower seal unit, between the oil sump and the volute, shall contain the following: Lower Seal Unit: One stationary tungsten carbide and one positively driven rotating tungsten carbide ring. The upper seal unit, between the motor housing and oil sump, shall contain: Upper Seal Unit: One positively driven rotating tungsten-carbon ring and one stationary tungsten carbide seal. Alternate seal materials will not be accepted. Positively driven means the rotating seal is driven from the shaft by virtue of a mechanical connection (i.e., set screw, clip, key, etc.). The use of an elastomeric sealing member driving the seal face by friction on the shaft surface shall not be permitted. Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment, but shall be easily inspected and replaceable. Each pump shall be provided with an oil chamber for the shaft sealing system. The oil chamber shall be designed to assure that air is left in the oil chamber, to absorb the expansion of the oil due to temperature variations. The drain and inspection ports, with positive anti leak seal, shall be easily accessible from the outside of the pump. 2.3.9 Bearings: The pump shaft shall rotate on at least two permanently lubricated bearings. The upper bearing shall be the angular contact ball type and the lower bearing shall consist of two or more rows of angular contact ball bearings. 2.3.10 Pump Lifting System: Each furnished pump shall be equipped with a lifting bar or ring to facilitate handling. The lifting bars shall be manufactured of stainless steel. The bar shall be so designed and arranged to allow safe handling of the pump as required during shipping, installation, and maintenance. 2.3.11 Cooling System: Each pump unit shall have an adequately designed cooling system, consisting of a water jacket which encircles the stator housing. The water jacket shall be provided with a separate circulation of the pumped liquid. Cooling media channels and ports shall be non clogging by virtue of their dimensions. All cooling paths or ports shall be internal to the pump and motor water jacket to preclude clogging or physical abuse. Cooling system shall be designed to allow for continuous pump operation at rated capacity with the external water level at the minimum pump submergence level. 2.3.12 Electrical: Pump motors shall be squirrel cage, induction, shell type design, housed in an air filled watertight chamber, and NEMA Design B type. Oil filled motors will not be acceptable. The pump unit and motor unit shall be closed coupled to form a single integral unit. The stator winding and stator leads shall be insulated with moisture resistant Class F insulation which will resist a temperature of 155 oC. The stator shall be dipped and baked three times in Class F varnish. The motor shall be designed for continuous duty, capable of sustaining a minimum of ten starts per hour. The rotor bars and short circuit rings shall be made of copper or aluminum. Thermal switches shall be embedded in the stator lead coils to monitor the temperature of each phase winding. 2.3.12.1 Rating: Each motor shall be wound for 3 phase, 60 Hz, alternating current, and 480 volt operation. The motor shall be designed for operation in a 20 oC ambient temperature and all temperature rises shall be above this ambient temperature. The rated horsepower of the motor shall be not less than 110 percent of the determined maximum load requirement for the full capacity head curve of the pump. The motor shall have a service factor of 1.15. The temperature rise above the ambient temperature for the class of insulation used shall be in accordance with paragraph MG 1 12.42 of NEMA MG 1. 2.3.13 Pump cables: Each pump shall be supplied with 100' of electrical cable. Each motor cable shall be suitable for submersible pump application and such information shall be indicated by a code or legend permanently embossed on the cable. Cable sizing for pump motors shall conform to NFPA No. 70. 2.3.13.1 Cable entry: The cable entry water seal design shall preclude specific torque requirements to insure a water tight and submersible seal. Cable entry system shall be the same for both the power and control cables. The cable entry shall be comprised of a single cylindrical elastomer grommet, flanked by washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter. The assembly shall bear against a shoulder in the pump top. The cable entry junction chamber and motor shall be separated by a stator lead sealing gland or terminal board, which shall isolate the motor interior from foreign material gaining access through the pump top. The junction chamber, containing the terminal board, shall be sealed from the motor by elastomeric compression seal O ring. Connection between the cable conductors and stator leads shall be made with threaded compressed type binding post permanently affixed to a terminal board and shall be made leak proof. 2.3.14 Alarms: The following alarm features shall be provided: a) Over temperature alarm: The motor over temperature alarm circuit shall be actuated by three thermal sensors embedded in the stator windings of the pump motor (one switch in each stator phase). The pump motor shall stop on over temperature and not restart until the over temperature alarm is manually reset and the motor temperature has cooled to the appropriate temperature. b) Overload alarm: The motor overload circuit on the pump motor shall stop the motor upon overload and not restart until the overload condition is corrected and manually reset. c) Lower seal failure alarm: Leakage sensor shall be provided in the oil chamber. The sensor shall activate an alarm when water concentration exceeds 30%. d) Stator Leakage Sensor: Sensor shall activate an alarm and stop the motor when any water is detected. 2.3.15 Pump Interface Modules. Pump supplier shall furnish any electrical interface modules necessary for the pump sensors to communicate with the control system. Interface modules shall be adaptable to any type of standard control system. Interface modules shall be match marked to each pump. 2.3.16 Motor Controllers with Disconnect Switch. Each pump unit shall be equipped with a motor controller with integral disconnect switch. The motor controller shall include starters and be Full Voltage Non-Reversing single speed type. 2.3.17 Controller Features. Controllers shall have on/off selector switch. Switch shall be of the heavy-duty, oil-tight type; rated 600 volts ac. Contacts shall be rated for 10 amperes. Provide switch with escutcheon plate clearly marked to show operating positions "On" and "Off". Motor overload protective devices and power monitor devices shall be connected in motor control circuit in "On" position. 2.3.17.1 The motor controller shall include a manually operated, lockable, non-fused switch which disconnects motor from power supply source. Provide disconnecting means capable of being locked out to prevent unexpected startup or release of stored energy in accordance with 29 CFR 1910.147. Motor Controller enclosure shall be type 3R as specified in NEMA 250. 2.3.18 Controller Requirements. Each motor control shall include a 120-volt ac control relay. Relay shall be of the electrically operated, magnetically held, self-reset, open type, suitable for mounting inside the motor controller enclosure. Contacts shall be rated for 10 amperes. Motor controller shall be provided with three NEMA Class 20 thermal overload relay protection, one in each phase of the motors. Size of the Overload protective heater elements to be installed shall be based on motor nameplate data and shall include a manual reset-type pushbutton on outside of motor controller case. 2.3.18.1 The motor controller shall have a magnetic-type undervoltage protection, size 3 contactor and shall have one spare normally open and one spare normally closed auxiliary contact that do not share common electrical connections. Motor control wire shall be stranded tinned copper switchboard wire with 600-volt flame-retardant insulation Type SIS meeting UL 44, or Type MTW meeting UL 1063. Hinge wire shall have Class K stranding. The minimum size of control wire shall be No. 14 AWG. Power wiring for 480-volt circuits and below shall be of the same type as control wiring and the minimum size shall be No. 12 AWG. Special attention shall be given to wiring and terminal arrangement on the terminal blocks to permit the individual conductors of each external cable to be terminated on adjacent terminal points. Control circuit terminal blocks for control wiring shall be molded or fabricated type with barriers, rated not less than 600 volts. The terminals shall be removable binding, fillister or washer head screw type, or of the stud type with contact and locking nuts. The terminals shall be not less than No. 10 in size and shall have sufficient length and space for connecting at least two indented terminals for 10 AWG conductors to each terminal. The terminal arrangement shall be subject to the approval of the Contracting Officer and not less than four (4) spare terminals or 10 percent, whichever is greater, shall be provided on each block or group of blocks. Modular, pull apart, terminal blocks will be acceptable provided they are of the channel or rail-mounted type. 2.3.18.2 Load terminal blocks rated not less than 600 volts and of adequate capacity shall be provided for the conductors for NEMA Size 3 motor controllers and for other power circuits, except those for feeder tap units. The terminals shall be of either the stud type with contact nuts and locking nuts or of the removable screw type, having length and space for at least two indented terminals of the size required on the conductors to be terminated. For conductors rated more than 50 amperes, screws shall have hexagonal heads. Conducting parts between connected terminals shall have adequate contact surface and cross-section to operate without overheating. Each connected terminal shall have the circuit designation or wire number placed on or near the terminal in permanent contrasting color. 2.4 SPARE PARTS AND SPECIAL TOOLS: 2.4.1 The Contractor shall furnish all specials tools that are unique to the pump for proper installation, testing, operation, and/or maintenance. Special tools shall be delivered with the pumps. Provide two sets of any special tools. 2.4.2 Spare Parts: All spare parts shall be duplicates of the original parts furnished and shall be interchangeable with those parts. The Contractor shall furnish at a minimum the following spare parts: a) One complete set of seal assemblies (upper and lower) for one pump. PART 3 EXECUTION 3.1 FABRICATION AND MACHINING: 3.1.1 Machine Work: All tolerances, allowances, and gauges for metal fits between plain, non-threaded cylindrical parts shall conform to ASME B4.1 for the class of fit required. 3.1.3 Bolted Connections: Bolts, nuts, and washers shall conform to the applicable requirements of PARAGRAPH: MATERIALS AND MATERIAL STANDARDS for the types required. 3.3 SHIPPING AND DELIVERY: 3.3.1 Delivery. The Contractor shall deliver all materials required by the provisions of this contract to: Mississippi River Lock and Dam 7 33018 Highway 61 LaCrescent MN 55947-9538 507-895-2170 3.3.2 Acceptance. Payment for pumping equipment shall be made upon acceptance at the designated point of shipment. After delivery to the designated point of shipment, the items shall be inspected by the Government. The inspection shall include an accounting of the items delivered and a visual inspection to determine any possible damage during shipment. If this inspection reveals any defects or deviations from contract requirements which could render the items unsuitable for the use intended, the Contractor shall repair each such identified deficiency. In the event deficiencies cannot be acceptably corrected, the equipment will be subject to rejection. 3.3.3 Packaging and Marking: The Contractor shall insure to have the pumps delivered as completely assembled and wired as feasible in order to minimize site installation work. Items to be shipped shall be protected against moisture or water damage and kept dry at all times. The pumps shall be crated in order to protect them from damage during shipment and storage: crating shall allow vertical storage. Any relay or other device which cannot withstand the hazards of shipment when mounted in place shall be carefully packed and shipped separately. 3.3.4 Spare Parts And Special Tools: Spare parts and special tools shall be packed separately using the manufacturer's standard packing method as approved. Spare parts shall be clearly labeled and marked. 3.3.5 Packing Lists: Packing lists shall accompany all items shipped and be placed in moisture-proof containers securely fastened to the side of each item. Two copies of each packing list shall be submitted to the Government at least ten calendar days prior to each shipment date. 3.4 PUMP WARRANTY 3.4.1 Pumps shall be covered under a 5 year industry standard warranty. Warranty period shall start from the date of delivery. Parts and Labor shall be covered for 2-1/2 years and parts only for an additional 2-1/2 years. -- END OF SECTION --
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-12-T-0038/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, St. Paul District, Mississippi River Lock and Dam 7, 33018 Highway 61, LaCrescent, Minnesota, 55947-9538, United States
Zip Code: 55947-9538
 
Record
SN02639873-W 20111217/111215234347-f892270bb33ab5677bc416fa1a5ae171 (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.