Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2012 FBO #4053
SOURCES SOUGHT

43 -- This project is to provide Replacement of (2) Two Wastewater Pumps, and (2) Two Storm water Pumps, Valves and Check Valves and Piping.

Notice Date
12/27/2012
 
Notice Type
Sources Sought
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD13PUMPS
 
Response Due
1/11/2013
 
Archive Date
2/25/2013
 
Point of Contact
Rose Cochran, 845-938-8182
 
E-Mail Address
MICC - West Point
(rose.cochran@usma.edu)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of the Sources Sought notice is to determine interest and capability of potential qualified vendors relative to the North America Industry Classification Code (NAICS) is 221320 (Sewage Treatment Facilities). Responses are to be sent via email to rose.cochran@usma.army.mil no later than 4:00 p.m. Eastern Standard Time Friday January 11, 2012. Project Description: This project is to provide Replacement of (2) Two Wastewater Pumps, and (2) Two Storm water Pumps, Valves and Check Valves and Piping located at the Howzie Field Pump Station (by Gate 1Michie Stadium) United States Military Academy (USMA), West Point, New York 10996 The scope of work is to provide all necessary Labor and Equipment, and Supervision to enter confined space and perform the following: Perform site visit, take all dimensions. Provide layout drawings for customer's approval. Furnish all submittals for all equipment being furnished and installed. Demolition: Remove (4) existing pumps, (2) Wastewater (2) Storm water Remove all Controls; existing control panels, float switches, controls and electrical equipment for old pumps Remove all existing electrical wiring conduit switches receptacles etc from pump room and above grade Remove existing sump pump and piping Remove and dispose of all existing suction valves, piping, fittings, bolts, nut and gaskets up to flanged cast in wall pipe and discharge pipe up to the wall. Remove existing concrete pump bases Remove existing steel access doors over wet well Installation: Set up two diesel bypass pumps with automatic float control panel to bypass the storm water side of the wet well. To enable new pumps, electrical and mechanical items to be installed without interrupting service. When the storm water side is completed disconnect and reconnected bypass pumps to the sewage side wet well while the sewage pumps, electrical, and mechanical work is being completed. Supply all fuels, oil and maintenance for by-pass pumps Supply auto dialer to call out in the event of pump failure Furnish and install all necessary material to provide a complete new working pumping station for Waste and Storm Water consisting of but not limited to the following: All electrical controls, junction boxes, alarm controls, duplex pump controls (2), and main service disconnect will be located in a single NEMA Type 3R enclosure minimum of 6' x6' x 24 quote mark at ground level mounted on an 8 quote mark thick frost proof concrete pad. Four (4) new pumps, PUMP REQUIREMENTS: Furnish and install 4 submersible non-clog wastewater pump(s). Each pump shall be 4 quote mark x4 quote mark and equipped with a 3.7 HP, submersible electric motor connected for operation on 208 volts, 3 phase, 60 hertz, 3wire service, with 50 feet of submersible cable (SUBCAB) suitable for submersible pump applications. The power cable shall be sized according to NEC and ICEA standards and also meet with P-MSHA Approval. Each pump shall be designed to deliver 300 GPM at 28' TDH at 1745 RPM In Accordance with FAR 36.204 the price magnitude of this requirement is between $250,000 and $500,000. Contractors should submit a narrative demonstrating their experience as related to this source sought. Please include your business size and if you are 8A, HubZone, SDVOSB or a Small Business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0da302c9eae579676e22a2feb13a2e16)
 
Place of Performance
Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
 
Record
SN02955977-W 20121229/121227233839-0da302c9eae579676e22a2feb13a2e16 (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.