Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2022 SAM #7435
SOLICITATION NOTICE

43 -- SMCJ - LLA Levee Pump Replacement

Notice Date
4/7/2022 1:49:42 PM
 
Notice Type
Presolicitation
 
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
W912EF22Q0124
 
Response Due
4/29/2022 10:00:00 AM
 
Point of Contact
Melita S. Doyle, Phone: 5095277207
 
E-Mail Address
melita.s.doyle@usace.army.mil
(melita.s.doyle@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Corps of Engineers, Walla Walla District is issuing a solicitation for the purchase of a replacement vertical turbine water pump, the electric motor driver, and related O&M materials, prepared in accordance with Federal Acquisition Regulation 12.6. The NAICS code applicable to this acquisition is 333914, with a Small Business Size Standard of 750 employees as determined by 13 CFR 121.104. Competition for this requirement is Set-Aside for small business. Offers received from other than small business offerors will not be considered. When available, the solicitation documents for this project W912EF22Q0124 will be provided via SAM.gov on or around 7 April 2022. Please do not submit a quote without the solicitation package that will be provided to industry by the Government as specified above. The solicitation will be a Request for Quote (RFQ). The official quotation due date will be contained in the solicitation and any solicitation amendments that may be issued. TECHNICAL SPECIFICATIONS The successful offeror will supply one (1) 24� Vertical Turbine Pump assembly including one (1) 150 HP Electric Motor Driver plus operations and maintenance manuals for pump and driver: The new pump assembly shall be a direct, bolt-in replacement.� The new pump shall be of equal quality and performance to the current water pump.� As with the original pump, the replacement shall have an enclosed lineshaft.� Pump lubrication system(s) shall be compatible with environmentally acceptable lubricants (EAL). The new electric motor shall be inverter duty for future upgrade to VFD motor control.� Enclosure type WP1 is specified but WP2 and TEFC enclosures and are also acceptable due to availability or to improve leadtime.� Motor may use conventional mineral or synthetic lubricants. The Operations and Maintenance (O&M) manuals shall address all installation and maintenance activities over the life of the equipment. The operating conditions include normal precipitation runoff, ice, stagnant water, stormwater surges, abrasive sediment, gravel, organic fines, leaves, small branches & sticks, paper, cardboard, and plastic garbage. All items and equipment supplied shall conform to sound engineering standards, use new, quality materials, and shall be manufactured in a workmanlike manner. All items will be installed by government personnel. Important Note: the SAM.gov response date listed elsewhere in this synopsis is for SAM.gov archive purposes only. It does not necessarily reflect the actual due date that the RFQ is due.� NO CD's OR HARD COPIES WILL BE AVAILABLE. Offeror's are responsible for checking the reference page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me to Interested Vendors button in the listing for this solicitation on SAM.gov. All quotes received by the closing date that are small businesses will be considered by the Government. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or contact SAM Customer Service at 866-606-8220. Offerors must also complete Offeror Representations and Certifications on-line at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b6a1e794b2e44f4cbbbdf1f5cf0aaa4c/view)
 
Place of Performance
Address: Clarkston, WA 99403, USA
Zip Code: 99403
Country: USA
 
Record
SN06292432-F 20220409/220407230101 (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.