Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SOURCES SOUGHT

29 -- Lower Monumental Dam Cooling Water Strainers

Notice Date
11/14/2024 10:26:15 AM
 
Notice Type
Sources Sought
 
NAICS
333998 —
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF25RSS06
 
Response Due
11/21/2024 11:00:00 AM
 
Archive Date
12/06/2024
 
Point of Contact
Callie Rietfors, Phone: 5095277280
 
E-Mail Address
callie.rietfors@usace.army.mil
(callie.rietfors@usace.army.mil)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources to supply raw water strainers for cooling the powerhouse main generator units at Lower Monumental Lock and Dam in Kahlotus, WA. This will be a firm-fixed-price supply contract. The North American Industry Classification System (NAICS) code for this project is 333998 and the associated small business size standard is 700 employees. Summary Scope of Work Contractor shall manufacture and deliver six (6) 10-inch Class 125 duplex strainers with removable covers and baskets, conforming to the technical specifications listed below. Strainers will be installed by Government employees on concrete pads in gallery/tunnel approximately 27 feet below downstream water level. DUPLEX STRAINERS � GENERAL SPECIFICATIONS The duplex raw water strainers shall conform to the following salient characteristics: Type: Duplex, with minimal moving parts. Minimum Operational Pressure Rating: 125 PSIG. Minimum Flow Capacity Rating: 2200 GPM. Maximum Pressure Loss: 2.0 PSI at 2200 GPM with clean basket. Operating Raw Water Temperature Range: 32� F to 80� F. Provide for continuous flow while allowing maintenance in one chamber at a time. Type of connections: 10� Class 125 gasketed and bolted (pre-drilled) inlet and outlet flanges. Differential inlet-outlet pressure gauge with �� NPT inlet connection and 10 psi flow differential range. Piping for differential pressure sensing to be provided and installed by government. Include provisions to allow future incorporation of BACnet differential pressure monitoring and alarm system. Critical Dimensions: Nominal Flange-to-Flange not to exceed (NTE): 24 inches. Base to Flange Centerline (Inlet and Outlet): 22 inches. Overall Assembled Dimensions NTE: Height: 50 inches. Screen Removal Clearance Height: 75 inches. Depth: 72 inches. STRAINER HOUSING Material: Cast Carbon Steel ASTM A216. Construction in accordance with (IAW) ASME Boiler and Pressure Vessel Code (BPVC) sections II, V, VIII, IX. Coating � Painted exterior, two-part epoxy interior corrosion and abrasion protection coating system compatible with fresh river water, calcium and silt being the main elements present. Coating must not interfere with operation of internal mechanical components. Surface preparation shall be compliant with coating manufacturer�s requirements. Bolted removable covers with lifting eyes. Supply one (1) davit per duplex strainer, capable of repositioning covers to allow for basket removal. Davit to mount to adjacent concrete wall or to strainer housing. STAINLESS STEEL STRAINER BASKETS Removeable baskets with handles. Heavy-Duty style, with 1/8� perforations. Basket to withstand no less than 56 PSIG. Open Filtration area: No less than 392.7 in� (5 times the cross-sectional area of intake.) Material: Type 410 Stainless Steel. CROSSOVER VALVE ASSEMBLY Single handwheel to allow synchronous operation of both Inlet and Outlet Valves. Minimum Operational Pressure Rating: 125 PSIG. Minimum Flow Capacity Rating: 2200 GPM. Pressure-Equalizing Valve and piping between strainer housings. Materials: Bronze Disc and Seat. Bronze Drain and Vent Valves. EPDM O-Rings. Natural rubber gaskets. 410 Stainless Steel Shafts. 410 Stainless Steel or Copper Equalizing Piping. 410 Stainless Steel or Bronze Equalizing Valve. SPARE PARTS The following spare parts for the duplex strainers shall be provided: Two (2) complete basket assemblies of each type. Two (2) sets of internal valve-operating mechanical components. Two (2) complete sets of any other wear items and consumables. The Contractor shall have at least ten (10) years� experience manufacturing large duplex strainers of a similar type as specified. Strainers provided must be the most current model and allow for long-term procurement of replacement parts. THIS IS NOT A SOLICITATION. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. Firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you will be responding to the solicitation. A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this scope, magnitude, and complexity. Include a statement detailing any special qualifications or certifications, applicable to this project�s scope, held by your firm and/or in-house personnel. A statement or list of your firm�s current or past technical experience similar to or the same as the summary scope of work for this requirement. Include a brief description of each project scope, schedule, and dollar value. A statement or list of your firm�s current or past performance similar to or the same as the summary scope of work. Business classification, e.g., Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Business Development Program participant, or Other Than Small Business (large business). IF YOUR FIRM IS A LARGE BUSINESS, please indicate the approximate percentage of the work that you would expect to subcontract to small business concerns. Name of firm with address, phone, and point of contact. System for Award Management (SAM) Unique Identification Number and CAGE Code.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28cbb499db7443dbb46029aedb7f7b1a/view)
 
Place of Performance
Address: Kahlotus, WA 99335, USA
Zip Code: 99335
Country: USA
 
Record
SN07265892-F 20241116/241114230117 (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.