Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2025 SAM #8661
SOLICITATION NOTICE

41 -- 41--Shenandoah National Park - WWTP Blower Replace

Notice Date
8/11/2025 7:53:31 AM
 
Notice Type
Presolicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
DOI, NPS CONOPS STRATEGIC Washington DC 20240 USA
 
ZIP Code
20240
 
Solicitation Number
140P4225Q0056
 
Response Due
9/9/2025 3:00:00 PM
 
Archive Date
08/29/2025
 
Point of Contact
McCabe, Brian, Phone: 2023397772
 
E-Mail Address
brian_mccabe@nps.gov
(brian_mccabe@nps.gov)
 
Description
Shenandoah National Park - Skyland Wastewater Treatment Plant - Outboard Multistage Centrifugal Aeration Blower Replacements The National Park Service at Shenandoah National Park (SHEN) has a critical need for two (2) new four (4) bearing outboard multistage centrifugal aeration blower assemblies for Skyland Wastewater Treatment Plant (WWTP). The WWTP was designed and built with two operational blowers in the early 1970�s to provide the critical air (oxygen to sustain micro-organisms life) for the wastewater (sewage) treatment process. GENERAL: This is a NEW requirement. This is a PRE-SOLICITATION NOTICE only and does not constitute a solicitation; accordingly, no response is due at this time. No questions nor phone call will be accepted about this pre-solicitation notice. All questions and phone calls will be addressed after the solicitation is posted through official amendments. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued sometime after August 18, 2025! The entire solicitation package, including all attachments, will be available electronic through SAM.gov only. Paper copies of this solicitation ARE NOT AND WILL NOT be made available. Anyone wishing to participate in this proposed procurement must obtain their copy from SAM.gov | Home. Copies will not be mailed from the Contracting Office. All amendments will be posted on SAM.gov | Home. Contractors will be solely responsible for obtaining amendments from this site to update files. PROJECT SCOPE: The Contractor shall provide all material, labor, and equipment required to perform the work described herein according to the contract plans and specifications. The general scope of work includes: Objectives: The contractor shall design, manufacture and delivery two (2) new four (4) bearing outboard multistage centrifugal aeration blowers or equivalent new design that are designed and manufactured to fit within the original footprint of the existing Spencer Model #7200-HSPEC equipment that is currently installed. The new blower assemblies must also at least meet the current performance standards of the existing equipment with minimum impact to current WWTP operations. 1. This specification covers the supply of multistage centrifugal air blower(s) systems to be used to in WWTP. The principal items to be furnished shall include: a. Two (2) � Four (4) bearing outboard multistage centrifugal blower(s). b. Electric motor drivers. c. All accessory, compatibility and interface items, which are required for proper install, operation and maintenance of the centrifugal blower(s). 2. All new equipment must interface and must be compatible with existing; electrical, mechanical, piping, flanges, structural components, parts, pieces, systems, concrete pad, etc. 3. New multistage centrifugal blowers must at least meet performance standard of the existing equipment (see Attachment 1 � Blower Drawings and Attachment 2 � Performance Curve � Existing Equipment). DELIVERY LOCATION: Shenandoah National Park � Skyland Wastewater Treatment Plant PROCUREMENT TYPE: The Government anticipates awarding a single firm-fixed price contract award from the solicitation under FAR 12.207 (a). The Source Selection will be conducted under FAR Part 13 � Simplified Acquisition Procedures using FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process, as authorized by FAR 13.106-1 (a)(2)(v). SET-ASIDE: This acquisition will a full and open solicitation (NO SET-ASIDE). It does not preclude small businesses from responding, but no preference will be given to small businesses. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 333413 � Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing � Size Standard: 500 PERIOD OF PERFORMANCE: Delivery within 32 weeks of award. There is no Site Visit scheduled for this project, the solicitation will include the requirement: Special Provision - Site Visit Offerors or quoters are urged and expected to inspect the site where product is supposed to be delivered to satisfy themselves regarding all general and local conditions that may affect the cost of contract, alignment with existing equipment, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. NOTE 1: All prospective contractors must be registered in the System for Award Management (SAM) database at http://www.sam/gov/ before award of contract; failure to register in the SAM database shall cause your firm to be ineligible for the award and removed from consideration.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a05b13457d4343b59bf1857d71f30b06/view)
 
Record
SN07545360-F 20250813/250811230046 (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.