Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOURCES SOUGHT

43 -- Manufacture and Delivery of 4 Vertical Turbine Pump & Motor System

Notice Date
5/20/2016
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R16PS01095
 
Response Due
6/2/2016
 
Archive Date
6/17/2016
 
Point of Contact
Fyffe, Meagan
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice for acquisition planning purposes. No formal solicitation for this work exists at this time. All responsible and qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed by Reclamation to determine the availability of contractor's with experience and technical expertise in manufacturing Vertical Turbine Pumps with Electric Motors. This capability statement will be used to determine Reclamation's overall procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. Salient Characteristics required for the Vertical Turbine Pumps with Electric Motors are as follows; Must meet or exceed the following performance requirements; - Pump efficiency shall be a minimum of 81%. - Pumps must perform to a minimum of 28 feet total dynamic head with a discharge of 30 cubic feet per second (13,500 gallon per minute). - Pumps must use a vortex plate or other means to minimize submergence. - Submergence must not exceed 6 feet. Design requirements for the vertical turbine pump are as follows; Bowl Assembly. - The supplier shall furnish pumps with cast iron bowls and brass impellers. The bowls shall meet or exceed the requirements of ASTM A48 - 94, Class 30 cast iron. Bowl shafts shall be 316 stainless steel with a maximum.003" run out and threaded to match the pump shafts. Brass impellers shall be accurately cast, machined, statically balanced, and filled for optimum performances. Impellers shall meet or exceed the requirements of ASTM B 584 - 98, of the semi-open type. All wetted parts of the pump system shall be 316 SS unless stated within this specification. The water passages of the pump bowls shall be coated with a vitreous enamel lining or a fusion bonded epoxy to provide optimum performance. Pump bowls shall be permanently marked with the manufacturers name, model number, and gallon per minute rating. Supplied bowl assemblies shall be furnished with bronze bushings that meet or exceed the requirements of ASTM B505 - 96. Discharge end shall be threaded for adapting to the suction pipe. Discharge cases shall be fitted with bronze bushings that extend into the top bowl for maximum support. Suction cases shall be fitted with bronze bushings that are grease lubricated with a non-soluble grease. Suction bushings shall also be provided with a bronze sand collar to prevent abrasive material from entering the suction bushings. Suction case plug shall be of sufficient diameter to allow the suction bearing to pass through the plug threads. Spiders and Bearings. - Supplied spider bearing retainers shall be heavy duty industrial grade, lead free brass for use in water lubrication systems. The pump spider bearing retainers shall be designed to a tolerance of.005" when installed. Bearings shall be fluted neoprene with a shoulder retainer and designed for use in a water lubrication system. Pump shaft and couplings. The pump shaft and couplings shall be made of 316 stainless steel. All couplings shall have center relief holes. Only shafts meeting pump shaft dimensional tolerances will be acceptable. Pump shafts shall be threaded per the requirements of ANSI B1.1 - 1982. Shafts shall be a minimum: 1- 11/16"- 10 UNC 2A LH. Pump shafts shall be a maximum of 10 feet long and shall not exceed.003" run out. Butting faces shall be machined square to the shaft axis. Pump discharge heads. - Supplied pump heads shall be made of steel and painted with the supplier's standard coating system. Pump heads shall be designed for above ground discharge. Pump heads shall be designed with sufficient strength and rigidity to support the motor and to carry the suspended weight of the attached column and bowl assembly. The discharge flange shall be faced and drilled to match 150 pound ANSI connections. Pump discharge heads shall be designed with lifting points for easy installation and removal. Packing gland shall be 300 series stainless with brass adjusting nuts designed for adjustable tension. The Government will provide all fittings and piping from the discharge flange to the actual discharge point, during installation of pumps. Pump heads shall be supplied with all the necessary equipment for a water lube pump system including a bypass outlet tube for the packing gland. Motors. - Motors shall be a solid shaft, premium efficiency, squirrel cage induction type. Motors shall operate below motor nameplate full load amps, over the entire range of the pump curve on all three phases. The motor shall be a proven design that has been in production by the manufacturer for a minimum of five (5) years. Motors shall be 460 volt, 3 phase, 60 Hz and shall be NEMA WP-1 rated. Motors shall be designed for continuous duty. The temperature rise of the motors shall be in accordance with the requirements for Class B. Motor shall be supplied with a 1.15 service factor. Ambient temperature rating shall be 50 degrees Centigrade at a maximum altitude of 3,300 feet. Motor insulation shall be class F. Motor shall be supplied with a conduit box with a grounding lug. Motor windings shall be copper with not less than 98% conductivity. Supplied motors shall be suitable for full voltage starting. Motor bearings lubricated with grease shall be equipped with grease nipples and grease relief plugs. The motor bearings lubricated by oil shall be equipped with a sight gage and an accessible drain. Thrust bearings shall have a life rating of 40,000 hours minimum at the operating down thrust presented by the pump assembly. Motors shall be fitted with a non-reverse ratchet, ball bearing type. Motors shall have an attached identification plate with the following information: (1) insulation class; (2) temperature rise class: (3) ambient temperature rating; (4) design class; (5) service factor; (6) horsepower; (7) number of phases; (8) voltage; (9) frequency; (10) frame size; (11) full load current; (12) full load RPM; (13) NEMA nominal efficiency and motor duty cycle. A short commercial test shall be performed on each motor by the contractor. Certified test data shall be provided for each motor and incorporated into the installation and operation manual. Pipe Column - steel column pipe shall meet or exceed the requirements of ASTM A53 - 99, grade B, type E or S. Coatings - Protective coatings shall be applied to the following pump components: (1) inside and outside diameter of mild steel column pipe; (2) outside diameter of the bowl assembly. The areas to be coated shall be sandblasted to a near white blast (SSPC SP-10). The coating shall be NSF approved for potable water. The dry film thickness of the applied material shall be a minimum 12 mils. The coating materials shall conform to regulations and applicable requirements of Local, State, and Federal air pollution and health regulatory agencies. Products containing perchloroethylene, lead, or chromium will not be permitted. Pump and motor design criteria. - The pump supplier is to design the pump and motor for a river site and delivery to 30 inch pipe. The North American Industry Classification System (NAICS) Code for this acquisition is 333911 Pump & Pumping Equipment Manufacturing. The small business size standard for NAICS Code 333911 is 750 Employees. If an offeror feels that there is a more suitable NAICS Code classification for this item, please indicate when submitting your capability package. When a solicitation is issued, the successful awardee will be required to provide a total of four (4) Vertical Turbine Pumps with Electric Motors on a Firm Fixed Price, FOB Destination basis to the Bureau of Reclamation's Yuma, Arizona Area Office within 90 days of date of award. Responsible and capable firms interested in this effort are invited to submit a capability statements in response to this notice. The capabilities package submitted should demonstrate the firm's capability, experience and demonstrate responsibility in manufacturing and supplying Vertical Turbine Pumps with Electric Motors. Capability Packages should include the following information: (1) Firm's name, address, telephone and fax numbers, business size and type ( 8(a), HUB Zone, Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number; (2) Demonstration of the firm's manufacturing ability and experience providing Vertical Turbine Pumps with Electric Motors. Contractors should provide the project title, location, detailed descriptions of the effort, dollar value, contract award, award number, completion dates, and the customer's name and telephone number; (3) Estimated production lead and delivery time frame (4) Commercial Terms and Conditions including payment provisions and intervals. Capability statements are to be submitted not later than 12:00 P.M. Local Time on June 2, 2016. All responses to this Sources Sought notice shall be provided to Bureau of Reclamation, LCR to the attention of Liz Bailey, Contract Specialist - Building 1400-201B, P. O. Box 61470, Boulder City, NV 89006-1470 or via e-mail eebailey@usbr.gov. Call Liz Bailey at 702-293-8460 if you have any questions. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eefc84ccfdecb221afa4551a2fe2aba0)
 
Record
SN04124211-W 20160522/160520234351-eefc84ccfdecb221afa4551a2fe2aba0 (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.