Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOURCES SOUGHT

46 -- HERMITS LAKE WASTE WATER TREATMENT PLANT - SS HERMITS LAKE WWTP REQUIREMENTS

Notice Date
2/11/2016
 
Notice Type
Sources Sought
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 231 South LaSalle Street, Suite 1500, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
W912P6-16-S-0004
 
Point of Contact
Pamela J. Brown, Phone: 3128465372
 
E-Mail Address
pamela.j.brown@usace.army.mil
(pamela.j.brown@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT HERMITS LAKE WWTP GOVERNMENT REQUIREMENTS By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of capable firms that are engaged in providing the supplies described hereunder for the Hermit Lake Waste Water Treatment Plant. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited offers. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS Description of Work 1. Contractor shall deliver the following items to the specified project location within 30 days of contract award: o 2000 SY of HDPE line as described in paragraphs 2 through 5. o Two (S) floating aerators described in paragraphs 5 and 6. o One (1) pump with motor and guide bracket as described in paragraphs 7 through 9. o Two (2) transformers described in paragraphs 10 through 15. All items shall be delivered to 12450 White Oak Drive, Crown Point, Lake County, IN. Delivery will be coordinated with COR for inspection of items. HDPE Liner 2. SUBMITTALS: o Liner Product data o Liner Material Certificates o Factory Seaming Certificates 3. DELIVERY AND STORAGE: Deliver liner to site in largest sizes possible to minimize field seaming. Protect from sunlight and other ultraviolet light sources during storage. Keep materials clean and dry 4. LINER PRODUCTS: Unsupported Plastic, ASTM D3020, 60mm thick. Property Test Method Minimum Requirement Thickness Total Overall 60 mms ASTM D5199 540 mi Tensile Properties (each direction) Breaking Strength (lbs) ASTM D638 255 ppi Elongation ASTM D5617 50 percent Tear Propagation (pounds) ASTM D5617 35 lbf Puncture Resistance ASTM D4833 90 lbf Coefficient of Thermal Expansion ASTM D696 and D1004 2.2 m/m/oc Ozone Resistance ASTM D1149, 1/8 inch bent loop, 100pphm, 104 degrees F, 7 days No Cracks at 7 times magnification Low Temperature Impact ATM D1790 -94 degrees F 5. PENETRATION ASSEMBLIES: Provide manufacturer's standard factory fabricated penetration assemblies. Make penetration assemblies of the same base material as liner. Floating (240V) Pond Aerators 6. 3400HAF INFORMATION a. The motor shall be ¾ HP, 1750 RPM motor operating at 240 Volts, Single Phase, 60 Hz and drawing 3.4 running amps. b. The surface aerator shall create a "crown" of splashing water at the surface. c. The unit shall be able to operate in as little as 17.5" of water. d. The unit shall include motor, float with mooring ropes, and underwater rated power cable. e. The SJTOW underwater rated power cable shall be 200 feet 12 gauge, 3 conductor cable. (See chart below) Length Gauge (AWG) 50 Feet 14 AWG 100 Feet 14 AWG 150 Feet 12 AWG 200 Feet 12 AWG 250 Feet 12 AWG 7. OPERATIONAL EQUIPMENT INFORMATION a. The unit shall be available with an optional coated stainless steel protective screen with less than 1" gaps for clog resistance and unit protection. b. The unit shall be available with an optional C-85 240V electrical control panel for timed operation and Class A Human Rated GFCI protection. Spare Submersible Chopper Pump 8. SUBMITTALS: o Submit Manufacturer's Catalog Data and Equipment Data for pumps 9. PUMP CAPACITY: 230 Gallons per minute (GMP) at 91' TDH. APPLICATION: Lift Station. INDUSTRY: Municipal. 10. PUMP AND MOTOR ASSEMBLY: Furnish one submersible chopper pump which shall be capable of continuous operation while pumping unscreened sewage wastewater in accordance with the operating condition and details defined at the end of this specification. Materials shall be chopped/macerated and conditioned by the pump as an integral part of the pumping action. The pump must have demonstrated the ability to chop through and pump high concentrations of solids such as plastics, heavy rags, grease and hair balls, wood, paper products and stringy materials without plugging, both in tests and field applications. Pumping Equipment Operating Conditions, Size and Mechanical Seal Details: Design Flow (GPM): 230 Design TDH (FT): 91 Horsepower: 20 Max Speed (RPM): 1740 Hydraulic Efficiency (percent): 50 Voltage: 460 Discharge Size (IN): 3 inch Solids Passage Size (IN): 3 inch Upper Mechanical Seal: Carbon versus ceramic Lower Mechanical Seal: Tungsten or Silicon versus stainless Pump Manufacturer and Model, or equals: Brand Name: Vaughn Chopper Model: S3P Motor construction to be UL listed explosion proof for Class 1, Group D, Division 1 hazardous locations. The pump motor shall be sized to be non-overloading over the entire pump impeller trim curve. It shall have a 1.15 service factor and Class F insulation. Motor shall be equipped with tandem independently mounted mechanical seals in oil bath and with dual moisture sensing probes. The inner and outer seals shall be separated by an oil-filled chamber. The oil chamber shall act as a barrier to trap moisture and provide sufficient time for a planned shutdown. The oil shall also provide lubrication to the internal seal. The inner seal shall be a standard UL listed John Crane Type 21 or equal, with carbon rotating faces and ceramic stationary faces. The outer seal construction shall be designed for easy replacement. Outer mechanical seal shall be 316 stainless steel metal bellows type with silicon carbide or tungsten carbide faces. Seal shall be positively driven by set screws. Elastomers shall be of Viton®. Motor shall include two normally closed automatic resetting thermostats connected in series and imbedded in adjoining phases. Motor frame shall be cast iron, and all hardware and shaft shall be stainless steel. Motor shall be supplied with stainless steel nameplate and shall be attached to the pump and drive motor giving the manufacturer's model and serial number, rated capacity, head, speed and all pertinent data. Entire pump and motor assembly shall be solvent washed and coasted with a minimum of 3 MDFT epoxy. 11. GUIDE SYSTEM: Provide a cast ductile iron pump guide bracket for the pump. Transformers 12. SPECIFICATION: Specification covers Dry-type distribution transformers with primary and secondary voltages of 600V and less and capacity ratings through 2000kVA. 13. REFERENCES: o NFPA 70 - National Electrical Code o NEMA ST20, NEMA 3R o Underwriters Laboratory (UL) and Canadian Standard Association  UL 1561 - Dry-Type General Purpose and Power Transformers  CSA C22.2 No.47-M90 Air-Cooled Transformer (Dry Type) o UL 250 Enclosure for Electrical Equipment o 2005 Energy Act PUBLIC LAW 109-58-AUG. 8, 2005 (Comply with all Rules from Department of Energy)  10 CFR 429  10 CFR 431 o Natural Resources of Canada 14. SUBMITTALS A. Suppliers asking consideration as an approved equal shall submit complete, warranted performance data and physical dimensions for similar transformers. Data shall be submitted for each size specified shall include the following o Copy of ISO 9001:2000 Certification of manufacturing operation. o Copy of ISO 14001:2004 Certification of manufacturing operation. o Confirmation that transformer(s) are UL 1561 Listed with a K-9 Rating. o Construction Details including enclosure dimensions, kVA rating, primary & secondary nominal voltages, voltage tap, unit weight.  Wire Access Points - showing Wire Bending Dimensions  Location for Ground Lug Provisions - NEC ******** o Basic Performance characteristics including insulation class, temperature rise, core and coil materials, impedances & audible noise level, unit weight, inrush data RMS. o Efficiency Data o No load and full load losses will be calculated per NEMA ST20 test methods. o Efficiency Curves  Linear Loads  Data per the non-linear load test program. 15. STANDARDS A. Transformers 1000kVA and smaller shall be listed by Underwriters Laboratories and conform to the requirements of ANSI/NFPA 70. B. Transformers are to be manufactured and tested in accordance with NEMA ST20. C. Efficiency - Per DOE 10 CFR 431.192 April 2013 D. CSA 802.2-00 Minimum Efficiency Values for Dry Type Transformers E. Seismic Standards o International Building Code (IBC), 2006 ICC Edition o Tri-axial shake table test results conducted in accordance with the AC156 test protocol3 (Acceptance Criteria for Seismic Qualification Testing of Non-structural Components) F. International Standards Organization (ISO) o ISO 9001:2000 - Quality Management System o ISO 14001:2004 - Environmental Management System 16. MANUFACTURERS A. Transformers shall be manufactured by Square D Company or Equal. B. Approved manufacturers shall be registered firms in accordance with ISO 9001:1994 SIC 3612 (US); which is the design and manufacture of low voltage dry type power; distribution and specialty transformers. 17. RATINGS INFORMATION A. All insulating materials are to exceed standards and be rated for 220oC UL component recognized insulation system. B. Transformers 15kVA and larger shall be 150 degrees Celsius temperature rise above 40 degrees Celsius ambient. C. The maximum temperature of the top of the enclosure shall not exceed 50oC rise above a 40oC ambient. D. The transformer(s) shall be rated as indicated in the following schedule: Identification Number(s) Transformer #1 Transformer #2 kVA Rating 30 kVA 25 kVA Voltages 480-120/208 volts 480-120/240 volts Phase 3 Phase Single phase Frequency 60 HZ 60 HZ Enclosure NEMA 3R NEMA 3R Use Location Outdoor Outdoor PROJECT MAGNITUDE: The cost magnitude of this project will be from $25,000 to $100,000. SCOPE OF CAPABILITIES: The USACE-Chicago District is searching for contractors that are capable of meeting all of the above requirements. REQUESTED INFORMATION: Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Is your company currently registered with the System for Award Management (SAM) formerly known as the Central Contractor's Registration (CCR) Database? If not, has it been registered or does it plan to register? 2. In consideration of NAICS code 221310, with a small business size standard in dollars of $27.5 Million, which of the following small business categories is your business classified under, if any? Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUB Zone Small Business, or 8(a) Business. 3. Is your company currently prohibited from doing business with the Federal Government? Yes / No (If yes, explain.) 4. Is the potential offeror a small-business interested in performing as a subcontractor? SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Pamela J. Brown NLT 3:00 p.m. (CDT) on 22 February 2016, via email to: pamela.j.brown@usace.army.mil (ensure that the number & title of the Sources Sought Notice of "W912P6-16-S-0004, Hermits Lake Waste Water Treatment Plant," is included in the subject line of the email). Any electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Ms. Brown's email inbox.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-16-S-0004/listing.html)
 
Place of Performance
Address: CROWN POINT, Indiana, 46142, United States
Zip Code: 46142
 
Record
SN04017825-W 20160213/160211234416-69df16fef759dca4ee16de58ef690c49 (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  © 1994-2020, Loren Data Corp.