Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2021 SAM #7132
SOURCES SOUGHT

29 -- LGA Unit 1-3 Turbine Bearing Oil System

Notice Date
6/9/2021 4:08:09 PM
 
Notice Type
Sources Sought
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF21FQ0107
 
Response Due
6/16/2021 7:00:00 AM
 
Archive Date
07/01/2021
 
Point of Contact
Melita S. Doyle, Phone: 5095277207
 
E-Mail Address
melita.s.doyle@usace.army.mil
(melita.s.doyle@usace.army.mil)
 
Description
Little Goose Project Unit 1-3 Turbine Bearing Oil System Sources Sought Notice: W912EF21RSS30 The US Army Corps of Engineers, Walla Walla District is seeking sources for a supplies contract entitled: Little Goose Project Unit 1-3 Turbine Bearing Oil System. The work is located at Little Goose Dam in Dayton, Washington. This will be a firm-fixed-price contract. The North American Industry Classification System (NAICS) code for this project will be 333914 and the associated small business size standard is 750 employees. Anticipated contract award July 2021. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work.� This is not a solicitation.� Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. All interested and capable contractors are encouraged to respond.� The Government will not pay for any information solicited.� Respondents will not be notified of the results of the sources sought evaluation.� One of the main functions of this sources sought notice is to assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB) or Small Business set-aside is an acceptable strategy for this procurement.� If a full and open competition is ultimately pursued, responses to this synopsis may be used to aid in establishing realistic, achievable small business subcontracting goals. Firms interested in this requirement should submit a statement of interest and capabilities that is no more than 10 pages in length, single-spaced, 12-point font minimum demonstrating ability to perform the requested requirement (i.e., pumps and motors, temperature regulators, flow alarms and meters, circulation heaters, and heat exchangers). The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. The documentation shall address, as a minimum, the following: (1) STATEMENT OF INTEREST (a) Confirm that your company is interested and intends to submit a quote / bid / proposal when a solicitation is issued. (2) COMPANY PROFILE (a) Company name and address (b) Point of contact at the company including name, title, telephone number, fax number and e-mail addresses (c) Provide a statement of your firm�s business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. (d) DUNS number and CAGE code. (3) CURRENT AND PAST PROJECTS (a) A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work.� For each project submitted, provide a brief narrative statement of the work involved, your firm�s role in the project, performance period, the dollar value and the completion date.� Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. (b) A reference list for each of the projects submitted in a) above.� Include the name, title, phone number and email address for each reference. (4) PROVIDE RESPONSES TO THE FOLLOWING QUESTIONS (a) Has [the firm] provided pumps and motors, temperature regulators, flow alarms and meters, circulation heaters, and heat exchangers in the past 5 years?� If yes, please highlight those on the list generated for 3(a) above. Submit this information to Melita Doyle, Contract Specialist, via email to Melita.s.doyle@usace.army.mil. Your response to this notice must be received on or before 10:00 A.M P/ST. on Wednesday, June 16, 2021. Summary of Scope of Work: For this requirement the successful offeror shall provide pumps and motors, temperature regulators, flow alarms and meters, circulation heaters, and heat exchangers required for turbine guide bearing oil cooling. �All furnished components shall be new and not refurbished and conform in strength, quality of material, workmanship, and sound engineering standards. All components shall be installed by government personnel. PUMPS AND MOTORS Contractor shall provide eight (8) total pumps with motor assemblies to transfer oil from the oil sump to the main unit turbine guide bearing.� Pumps and motors shall be fully assembled, aligned, sealed with standard gaskets, and ready for installation. Pumps Pumps shall be capable of 7.5 GPM at 25 psid with 120�F, ISO 100 turbine oil. Pumps shall be positive displacement rotary screw pumps. Pumps shall have a 1.5 in FNPT, radially oriented inlet and a 1 in FNPT, radially oriented outlet. Pumps shall be �C� flanged mounted and equipped with a �C-Face� adapter Pumps shall be equipped with a jaw style coupling Pump seals shall be compatible with ISO 100 turbine oil and rated for a maximum differential pressure of 150 psid. Buna-N O-rings are acceptable. Coupling and rotating components shall be shielded with an OSHA approved guard All pumps shall be the same make and model. Motors 4 motors shall operate at 1.5 hp, 460 volts, 3-phase AC, delta wound. 4 motors shall operate at 1.5 hp, 125 volts DC. All motors shall operate at 1725 RPM. All motors shall be totally enclosed, fan cooled, (TEFC), IP55 rated minimum. All motors shall have a minimum service factor of 1.15. All motors shall be NEMA 56C Frame. All motors shall be foot mounted. All motors shall have stainless steel shafts. All motors shall meet NEMA MG 1 standards. TEMPERATURE REGULATING VALVE (CLINS 003, 004, 016, 017, 029, 030, 042, 043) Contractor shall provide four (4) Armstrong OB-31 temperature regulating valves (Brand Name or approved equivalent) equipped with a capillary tube and sensing bulb. Temperature regulating valve shall be suitable for cooling water applications. Temperature regulating valve shall be constructed of the following materials: Body shall be bronze. Seat shall be stainless steel. Valve shall be Teflon. Temperature regulating valve inlet and outlet ports shall be 1� FNPT. Temperature regulating valve shall have an accuracy of �7 �F from set point. Capillary tube sensing bulb shall be suitable for temperatures ranging from 80 - 150 �F. Capillary tube shall be protected by a stainless steel shielding. Capillary tube length shall be a minimum of 6 ft. FLOW METERS AND ALARMS (CLINS 005, 006, 018, 019, 031, 032, 044, 045) The Contractor shall provide four (4) in-line flow meters and ten (10) flow alarms. Basic In-Line Flow Meter Flow meter shall be calibrated for use with water at 70� F (1.0 specific gravity). Flow shall be uni-directional. Measurement scale shall range from 1 - 15 GPM. Flow meter shall have measuring accuracy of �4% for the full scale range. Flow meter wetted material shall be brass. Flow meter port thread type shall be 1� FNPT. Flow meter shall have a weather-tight external construction. Flow meter shall be capable of installation in any orientation. Flow Alarm Flow alarm shall be calibrated for use with oil at 104� F (0.873 Specific Gravity). Measurements shall be stable for viscosities ranging from 0 - 500 SSU (0 - 108cSt). Flow shall be uni-directional. Measurement scale shall range from 1 - 10 GPM. Flow alarm shall have measuring accuracy of �4% for the full scale range. Flow alarm wetter material shall be brass. Flow alarm port thread type shall be 1� NPTF. Flow alarm shall contain two single pole, double throw (SPDT) switches Contacts shall be U/L rated for a minimum of .5 A, 125 VDC. Flow alarm shall have a NEMA type 4X enclosure with liquid tight seals. Flow alarm shall use the variable annular orifice technology with compression spring recoil. Orifice shall be constructed of stainless steel. RELAY AND BASE SOCKET (CLINS 007, 008, 020, 021, 033, 034, 046, 047) The Contractor shall provide ten (12) each Allen Bradley, 700-HA32Z01 relay and Allen Bradley, 700-HN125 base socket (Brand Name or approved equivalent). Relay Relay shall be an 8-Pin, tube base type for easy removal and replacement. Contacts shall be rated for 10 A, 125 VDC. Relay shall have a double-pole, double-throw (DPDT) configuration. Base Socket Base socket shall be capable of supporting 8-Pin, tube base relays. Base socket shall contain eight (8) screw type conductive terminals. Terminals shall be capable of supporting single wire sizes up to 12 AWG. SIGHT FLOW INDICATOR (CLINS 009, 022, 035) The Contractor shall provide three (3) sight flow indicators. Sight flow indicator shall be cylinder type without rotor. Sight flow indicator shall have 1 in FNPT threaded connections. Sight flow indicator body material shall be stainless steel. Sight flow indicator shall be capable of internal self-cleaning while in operation. FILTER ASSEMBLY (CLINS 010, 011, 023, 024, 036, 037, 048) The Contractor shall provide three (3) Pentair filter housing, L44121FB415 and six (6) Pentair strainer baskets, BT�12�4�ML�O�30 (Brand Name or approved equivalent). Filter Housing Connections shall be 1 in, ANSI 150 lb flanges. Inlet and outlet shall be side mounted and configured 180 degrees apart. Filter housing shall be constructed of AISI 304 stainless steel. Filter housing shall be rated for a pressure of 150 PSI. Filter housing exterior shall be painted. Strainer and Basket Strainer basket shall be constructed of AISI 304 stainless steel. Strainer basket shall have a minimum surface area of 1 ft^2. Strainer basket shall be mesh-lined and pleated. Strainer basket shall be rated at 30 mesh. CIRCULATION OIL HEATER (CLINS 012, 025, 038, 049) The contractor shall provide four (4) Circulation oil heaters. Circulation Oil Heater 3,000-Watt heater. 480 VAC 3-phase. Heat density of 30 W/in^2 or less. Thermostat integrated. Operating temperature of 90 ? and pressure of 25 psi. Oil connections shall be 1� NPT. PLATE AND FRAME HEAT EXCHANGER (CLINS 13, 26, 39) The Contractor shall provide three (3) Bell & Gossett plate BPDW415-56 heat exchangers (Brand Name or approved equivalent) Plate and Frame Heat Exchanger The heat exchanger shall have 56 plates. Have a max pressure of 435 psig Temperature range of -40 to 300 ? Surface area per plate of 0.566 sq. ft Flow capacity of 50 gpm Warranty All components shall be covered by a minimum one-year warranty on all parts, labor, and workmanship from factory defects. SUBMITTALS Descriptive Materials (brochures, illustrations, drawings, data sheets, etc), Descriptive Materials must be submitted which will allow the Contracting Officer to determine, without discussion with the offerer, whether the products being offered meets all of the required specifications. Submittals shall include copies of manufactures catalog cut sheet, specification sheets, and warranty.�������� �� OPERATION AND MAINTENANCE MANUALS Four complete copies of the Operation and Maintenance Manual shall be provided. Three copies shall be hard copies and 1 copy shall be a digital copy.� The manuals shall include instructions on the installation, operation, maintenance (preventative maintenance tasks and schedule), repair, troubleshooting, warranty of the systems, and a list of recommended spare parts.� They shall also include drawings and product data sheets of the pump and motors, product data sheets for all other items. Any information pertaining to models or components not supplied under this contract shall be crossed out.� Also, included shall be the name, phone and fax numbers, and email address of the contractor, manufacturer, and a distributor where spare parts can be purchased. The estimated period of performance is July 2021 � August 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ff2ab223e00b498b95e09ecb6233ac3e/view)
 
Place of Performance
Address: Dayton, WA 99328, USA
Zip Code: 99328
Country: USA
 
Record
SN06027163-F 20210611/210609230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.