SOLICITATION NOTICE
43 -- Lower Granite Dam Hells Gate Irrigation Pump & Motor
- Notice Date
- 4/6/2020 8:28:39 AM
- Notice Type
- Presolicitation
- NAICS
- 333996
— Fluid Power Pump and Motor Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF20Q0070
- Response Due
- 4/6/2020 2:00:00 PM
- Archive Date
- 04/21/2020
- Point of Contact
- Alan Inglis, Phone: 5095277217, Brooke Moore, Phone: 5095277913
- E-Mail Address
-
alan.n.inglis@usace.army.mil, brooke.n.moore@usace.army.mil
(alan.n.inglis@usace.army.mil, brooke.n.moore@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 Irrigation Pumps, commercial supplies, prepared in accordance with Federal Acquisition Regulation 12.6. The NAICS code applicable to this acquisition is 333996, with a Small Business Size Standard of 1250 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 W912EF20Q0070 will be provided via Beta.SAM https://www.beta.sam.gov on or around 6 April 2020. 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. SCOPE OF WORK The successful quoter shall supply one (1) Vertical Turbine Pump with motor driver.� The equipment shall meet all salient characteristics listed below.� All furnished components shall be new and not refurbished and conform in strength, quality of materials, workmanship and sound engineering standards. The equipment will meet the shipment and delivery instructions listed below. All items shall be installed by government personnel.� �Vertical Turbine Pump Salient Characteristics: -The vertical turbine pump shall be constructed in accordance with AWWA E103 and/or as specified below: -Pump shall be of the vertical turbine type. -Pump shall be suitable for installation and operation in an 8� diameter well liner. Pump Head Assembly: -Pump head assembly shall consist of the pump baseplate, the discharge head, and the driver. Head assemblies shall be of low, rigid construction arranged for bolting to concrete foundations and shall be provided with at least two eyebolts, cast lugs or other means of securing slings to facilitate setting and lifting. Pump discharge head and baseplate shall be capable of withstanding all end and side thrusts imposed by the pump during operation and have adequate strength to resist vibration at any operating speed. Pump Baseplate: -Pump head baseplate shall be cast-iron or steel and shall serve as a sole plate for mounting the discharge head assembly. Discharge Head: -Discharge head flanges shall be designed for standard pipe connections conforming to ASME B16.1 and ASME B16.5. Surface-type discharge heads shall be designed for mounting on the baseplate. Discharge head shall be provided with mechanical seals. A lip to collect leakage shall be provided with drilled and tapped connection for drainage pipe. Discharge head shall be designed to prevent contamination of the well from the surface, and shall accommodate the required driver assembly. Space shall be provided for access to the coupling between the pump shaft and drive shaft. Pipe taps shall be provided on the discharge head as required for discharge gauge connections. -Water-Lubricated Column and Shaft Assembly Lubrication of line shaft pumps shall be furnished by the water being pumped. Each section of the discharge column shall consist of a column pipe, line shaft with hardened journal surfaces, bearing spiders with bearings spaced not more than 10 feet on centers, and line shaft and discharge column pipe couplings. Stainless steel shaft sleeves shall be furnished at each bearing location. Line shaft bearings shall be fluted rubber bronze and shall be held in place by bronze. Pump Bowl Assembly: -Pump bowl assembly shall include the pump bowl, pump impeller, and the pump shaft and bearings and may be of single stage or multistage configuration. Pump Bowls: -Bowls shall be of close-grained cast-iron and shall have integrally-cast vanes with smooth, streamlined water passageways. Suction bowl shall contain a bronze bearing permanently packed with non-soluble grease and fitted with a sand collar to serve as the bottom bearing of the pump shaft. Casing wearing rings of bronze or stainless steel shall be installed when recommended by the manufacturers for pumps with enclosed impellers. Impellers: -Impellers shall be carefully finished with smooth water passageways and shall not load the prime mover beyond the nameplate rating over the entire performance range of the pump. Impellers shall be of the enclosed, semiopen or open type and shall be constructed of bronze. Impellers shall be statically and dynamically balanced. Pump Shafts: -Shafts shall be of stainless steel capable of transmitting the required thrust in either direction and the total torque of the unit. Bearings: -Intermediate bowl bearings shall be water lubricated bronze or fluted rubber. Top bowl bearings and suction case bearings shall be grease packed bronze, water-lubricated bronze, or fluted rubber. Grease in grease-packed bearings shall be nonwater-soluble hydraulic type permanently sealed against loss. Grease-packed bearings shall be provided with sand caps to prevent intrusion of abrasive particles. Suction Strainer: -Suction strainer shall be of the conical type, fabricated from stainless steel. Pump Accessories: -Water-Level Indicator Assembly -Water Level Indicator shall be manual air-line type and shall include a copper tube inserted between the well casing and the pump discharge column and shall extend below the lowest pumping water level as indicated. Manual water-level indicator assembly shall include a pressure gauge, check or bicycle valve, and hand air pump. The pressure gauge shall read in feet and shall have a range capable of permitting water-level measurement in the well as indicated. A plastic or corrosion-resistant metal plate shall be affixed to the airline pressure gauge or pump house wall indicating the exact distance from the centerline of the pressure gauge to the end of the airline. Pump Electric Motor: -Electric motors shall be totally-enclosed fan cooled, vertical hollow shaft, continuous-duty, inverter duty rated, suitable for variable frequency drive control, premium efficiency type conforming to NEMA MG 1 and IEEE Std 841. Motor shall have a 1.15 service factor. Motors shall be squirrel-cage induction motors having normal-starting-torque and low-starting-current characteristics, and shall be of sufficient size so that the nameplate horsepower rating will not be exceeded throughout the entire published pump characteristic curve. Motor bearings shall provide smooth operations under the conditions encountered for the life of the motor. Adequate thrust bearing shall be provided in the motor to carry the weight of all rotating parts plus the hydraulic thrust and shall be capable of withstanding upthrust imposed during pump starting and under variable pumping head conditions specified and indicated. Motor driver shall be provided with ball or roller bearings of adequate strength to carry the hydraulic thrust of the pump impellers and the weight of all rotating parts. The bearings shall have a minimum calculated L-10 rating life of 100,000 hours in accordance with ABMA 9. If there is a potential for pump upthrust during any operating condition, the drive shall be designed for this upthrust. Motor shall be provided with a nonreversible ratchet device to prevent reverse rotation of the pump and line shafts of pumps with settings of 50 feet or more. Provisions shall be made for vertical impeller adjustment at the top of the motor. -Pump motor shall be 480VAC, 3 phase, 60 Hz and rated at a minimum of 75 horsepower or a maximum of 100 horsepower. If pump motor to be supplied is above 75 horsepower, a Variable Frequency Drive (VFD) shall be provided, see 3.18(below VFD section) for specifications of the VFD requirement. Shop Painting: -Inside and outside of pump casings, bowls, column pipe and similar parts of the pump shall be coated with Scotchkote 134 (or approved equal) epoxy coating system (inside and out).� Prepare and prime surfaces to be coated as recommended by the manufacturer of the coating. Dry film thickness shall be as recommended by the manufacturer of the coating. Ferrous surfaces obviously not to be painted shall be given a shop coat of grease or other suitable rust-resistant coating. All motors, and similar parts of equipment customarily finished in the shop shall be given coats of paint filler and enamel, or other acceptable treatment customary with the manufacturer and suitable for outdoor installation. Pump operating parameters: -Pump shall be rated at 480 GPM capacity at 450 feet of total dynamic head. -Pump shall operate at no less than 75% efficiency. -Pump shall be operated at 3600 (3555) RPM. -Maximum NPSHR at pump design capacity is 20 feet. -Pump horsepower at the pump design rating and throughout the operating curve shall be suitable for the motor provided in paragraph 3.14 above. The accompanying drawing provides current pump physical dimensions for bidding purposes.� Actual physical dimensions (above well casing) shall be verified by the contactor following contract award.� Contact USACE a minimum of 1 week prior to visit to allow for proper coordination. Variable Frequency Drive (VFD): -If a 100 horsepower motor is offered, provide a suitable VFD to pair with the pump/motor combination offered via CLIN 001 as recommended by their manufacturer. -VFD shall fit in existing stainless steel enclosure that measures 42�H x 37�w x 16�d.� These dimensions shall also be verified when making verifications of paragraph 3.17.� -VFD shall be compatible with existing Siemens Simatic PLC controls. Important Note: the Beta.SAM response date listed elsewhere in this synopsis is for Beta.SAM 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 Beta.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 Beta.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.beta.sam.gov or contact SAM Customer Service at 866-606-8220. Offerors must also complete Offeror Representations and Certifications on-line at https://www.beta.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c9ba95cd1fd24c2da9298b625b543341/view)
- Place of Performance
- Address: Pomeroy, WA 99347, USA
- Zip Code: 99347
- Country: USA
- Zip Code: 99347
- Record
- SN05611643-F 20200408/200406230147 (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 |