Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 4,1996 PSA#1566

DIRECTORATE OF CONTRACTING, BLDG 2174 13 1/2 ST, FORT CAMPBELL KY 42223-5358

43 -- PUMPS CENTRIFUGAL, MULTI STAGE, 30 HP MOTOR, 460 VOLT, 3PH, EXPLOSION PROOF, 300 GPM, 115 PSIG DISCHARGE PRESSURE, MAXIMUM 7 STAGES, PUMP EFFENCIENCY 79% FOR PUMPING JP8 FUEL, 12 EACH. SOL DAKF23-96-B-0053 DUE 041796 POC Contracting Specialist Ray Cardinal (502) 798-7854 (Site Code DAKF23) This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number DAKF23-96-B-0053 is issued as an invitation to bid (IFB), the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. SIC 3561. Small Business Size 500 employees. This acquisition is 100% set-aside for small business concerns. All prices shall be F.O.B. Destination, Fort Campbell, Kentucky, and shall be delivered 60 calendar days after receipt of contract. Requirement is to provide 12 each, Explosion Proof Pumps for pumping JP-8 Fuel. The pumps are for installation on horizontal underground storage tanks. The pipe column and strainer shall be removable through a flange tank sleeve. The pump shall withstand an internal hydrostatic pressure of not less than 350 PSI, without leakage failure, or permanent deformation. Pumps centrifugal, 12 vertical, multi-stage, driven by 30 HP, 1750 RPM, a vertical, hollow shaft, explosion-proof electric motor, 460/3/60HZ, 6 pumps have a total pump length of 19 feet 7-3/16 inch and 6 pumps have a total pump length of 20 feet 7-3/16 inch deep, all pumps will have a discharge pressure of 115 PSIG at discharge flange, 300 GPM at 328 feet total discharge head, pump shall have a maximum of 7 stages and pump efficiency of 79% minimum. Shutoff head shall not exceed 394 feet. Pumps to match existing piping arrangements, and will require field measure by bidders. All major assemblies and installed attachments shall be accessible for maintenance, repair and replacement without the removal of other major assemblies and installed attachments. Drain outlets shall be located for accessibility. Contractor to provide operation and maintenance manuals. Surface discharge head shall be of steel and consist of a finished-mounting flange, finished discharge flange, and necessary bolts, gaskets, and fittings for mounting the discharge casting on the tank flange; for attaching column assembly to the discharge head. The discharge head shall provide sufficient clearance for the adjustment or removal of the pump shaft seal without terminal removal of the motor from the base. Each pump shall be provided with a mounting flange of carbon steel either fabricated integrally with the discharge head, or a separate flange fitted to the bottom of the discharge head. The lower face of the flange or adapter shall be plain faced and shall be suitable for mounting on the flange of an underground tank. A full-faced flange gasket shall be provided between the pump base or adapter ring and flange of the underground tank. A 2: 3,000 lb carbon steel coupling shall be welded into the flange to allow return from the relief valve to enter the fuel tank. Each pump shall be provided with a discharge flange faced and drilled in conformance to ANSI B16.5 for steel, nominal sizes: pump capacity 300 GPM, nominal flange size 4 inch by 9 inch/150 lb ANSI. A nonadjustable, open bypass to allow discharge of a minimal 2 percent of the rated capacity of the pump shall be built into the discharge head to provide cooling liquid circulating liquid at shut off head conditions. A means of returning the circulating back to a point immediately below the first stage impeller shall be provided. All in line and head shafting shall be turned, ground, and polished steel conforming to ASTM 108, cold-finished. The sleeves shall be chrome plated or corrosion resistant steel conforming to ASTM A268, type 410. A carbon ring insert providing a sealing surface of carbon against super-smooth niresist or equal shall be used. Carbon-ring insert material shall be resin impregnated. All parts of the mechanical-type seal shall be resistant to corrosion and oxidation. Gaskets made of synthetic Viton rubber compound or other materials impervious to deleterious actions of aromatic petroleum products shall be used where the sealing means is required between the pump shaft and the rotating elements of the seal. The pipe column shall be of steel conforming to ASTM A, grade B. Line shaft bearings shall be of zincless bronze conforming to ASTM B144, allow 3A. Pump bowls shall be of cast iron conforming to ASTM A48, class 30. Impellers shall be of bronze conforming to ASTM B144 Alloy 3a zincless bronze, high lead tin. Impeller shaft shall be corrosion-resistant steel conforming to ASTM A276, type 416. Electric motor shall conform to NEMA MG-1, polyphase type, squirrel-cage induction, hollow shaft, totally enclosed, fan cooled, verticle mounted explosion-proof type.motor rating shall be based on 55 degree (C), temperature rise. Motor shall be suitable for Class I, Group D, hazardous installation IAW ADSI C1, insulation material shall be Class B, operate counterclockwise rotation when viewed from the top, and an arrow and/or stencil indicating rotation will be clearly marked. The motor shall have a built-in, nonreverse, ratchet-type mechanism that shall prevent reversal of the pump shaft if the motor is started in reverse direction. The synchronous motor speed shall be 1,800 (RPM), anti-friction bearings including a top thrust bearing shall be provided, voltage and frequency 460 volt, 3 phase, four wire, 60 hertz, electrical power system. The top pump drive shaft and coupling shall be made of corrosion-resisting steel conforming to ASTM A276, Type 416. Pumps shall have permanently attached lifting points that will withstand 2-1/2 times the vectorial force imposed when the pump is suspended by the lifting attachment. All parts must be interchangeable. All welding shall conform with ASME Section VII and Section 9. The provision at 52.212-1, Instruction to Offeror- Commercial Items, applies to this acquisition and any addenda to the provision. The provision 52.212-2, Evaluation -Commercial Items is applicable, the Government will make a single award, firm fixed price contract to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability of the item offered to meet the Governments requirement, (ii) Price, (iii) Past performance. Offeror's should include a complete copy of provision at 52.212-4 Contract Terms and Conditions-Commercial Items with it's offer. The provision 52.214-21 Descriptive Literature, applies to this acquisition and shall be provided with offers. Clause 52.212-4 Contract Terms and Conditions-Commercial Items is applicable and any addenda. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Offers shall be submitted to Directorate of Contracting, Building 2174, 13 1/2 Street, Fort Campbell, KY 42223-5358, not later than 17 April 1996 at 1300 Central Time. Point of Contact for this acquisition is Ray Cardinal (502) 798-7854, Facsimile (502) 798-7548. (0093)

Loren Data Corp. http://www.ld.com (SYN# 0273 19960403\43-0001.SOL)


43 - Pumps and Compressors Index Page