Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2005 FBO #1382
SOLICITATION NOTICE

43 -- Heat Recovery Pumps

Notice Date
9/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-05-Q-1022
 
Response Due
9/15/2005
 
Archive Date
9/30/2005
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333911 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractor?s may submit a quotation. *** *** The National Institute of Standards and Technology is seeking to purchase Four (4) Heat Recovery Pumps in accordance with the specifications identified herein.*** All interested Contractor?s shall provide a quote for the following item: Line Item 0001: Quantity One (1) Heat Recovery Pump shall be labeled as P-205 and meet the following required specifications: (1) Flow (L/S): 24.8; (2) Head (kPa): 215; (3) Efficiency (percent): 78; (4) RPM: 1750; (5) KW: 11.2; (6) Voltage: 460; (7) Phase: 3; Basis of Design: Aurora Series 340ES, 3X4X9B. Line Item 0002: Quantity One (1) Heat Recovery Pump shall be labeled as P-305 and meet the following required specifications: (1) Flow (L/S): 11.9; (2) Head (kPa): 372; (3) Efficiency (percent): 62; (4) RPM: 1750; (5) KW: 11.2; (6) Voltage: 460; (7) Phase: 3; Basis of Design: Aurora Series 340ES, 2X2.5X12. Line Item 0003: Quantity One (1) Heat Recovery Pump shall be labeled as P-405 and meet the following required specifications: (1) Flow (L/S): 21.73; (2) Head (kPa): 203; (3) Efficiency (percent): 70; (4) RPM: 1750; (5) KW: 7.5; (6) Voltage: 460; (7) Phase: 3; Basis of Design: Aurora Series 340ES, 4X5X9A. Line Item 0004: Quantity One (1) Heat Recovery Pump shall be labeled as P-505 and meet the following required specifications: (1) Flow (L/S): 20.71; (2) Head (kPa): 359; (3) Efficiency (percent): 69; (4) RPM: 1750; (5) KW: 18.7; (6) Voltage: 460; (7) Phase: 3; Basis of Design: Aurora Series 340ES, 3X4X12 In addition to the specifications listed above, Line items 0001-0004 shall meet the following required specifications: All Pumps shall be centrifugal, single stage, single suction, horizontal type, with vertically split casing and suction and top vertical discharge with electric motor drive. (1) Capacity as noted in each line item, with continuously dropping head capacity curve from zero to maximum flow; (2) Motor coupling: Close coupled, or flexible coupled; (3) Provide OSHA recommended coupling guard for flexible couplings; (4) Mount pump and drive on common base; (5) Base shall be cast iron or steel plate with raised lip and drain connections; (6) Case: Cast iron, 870 kPa ANSI standard flanged connections, hydrostatically tested at minimum 1040 k Pa PSIG; (7) Fit case with vent and drain valve; (8) Impeller: Bronze, enclosed type with volute vent plug; (9) Shaft: Forged alloy steel; (10) Shaft sleeves: Stainless steel; (11) Mechanical seal: ceramic on carbon; (12) Bearing: grease lubricated, ball on roller type; (13) Pump motor drives: Constant speed, squirrel cage induction, 40 degrees C ambient, drip proof, AC, ball bearing, non overloading. Nameplate horsepower ratings: not less than the maximum required pump input horsepower at pump capacities from zero to maximum; (14) Pump couplings, flexible - Dodge Para-Flex. Taper-lock bushings keyed to shaft and 1.2 mm sheet metal coupling guard; (15) Each pump, 0.37 kW and above shall be dynamically balanced in the factory and run tested with pump and motor fully assembled. Maximum pump vibration shall not exceed 2 mm per second rms. Vibration shall be measured in all directions at pump base. Vibration shall be measured at all frequencies at 1/3 octive bands and (16) Contractor shall provide test results with pump when shipped. *** The Contractor shall state the warranty coverage provided for the instrumentation. The Government requires at least a one (1) year warranty.*** ****Delivery shall be provided no later than 10 weeks after receipt of an order and shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Offerors shall include the manufacturer or brand name, make and model of the products.*** *** Award shall be made to the quoter whose quote offers the best value to the Government. Technical Capability and Price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirements," and 2) Price. Technical capability shall be more important than price. Technical capability will be based on the information provided in the quotation. Quoter?s shall include product literature, which addresses all specifications and clearly documents that the product offered meets the specifications identified herein.*** *** The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (14) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) (i) 52.225-3 Alternate I, Buy American Act-Free Trade Agreements-Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases and (32) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All quoter?s shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty and 4) Two (2) copies of the most recent published price list(s). All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received by 3:30 p.m. local time on September 15, 2005. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. ***
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, MD.
Zip Code: 20899
Country: USA
 
Record
SN00886884-W 20050908/050906211649 (fbodaily.com)
 
Source
FedBizOpps.gov 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.