Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13, 2000 PSA #2684
SOLICITATIONS

20 -- PUMP, CHT DISCHARGE

Notice Date
September 11, 2000
Contracting Office
Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000
ZIP Code
23709-5000
Solicitation Number
N00181-00-Q-0803
Response Due
September 21, 2000
Point of Contact
Ingrid Pascall-Lopez, (757) 396-8835
E-Mail Address
NA (pascalllopezi@nnsy.navy.mil)
Description
The government intends to make a firm fixed priced contract for ITEM 0001: Pump, CHT Discharge, Pump shall be horizontal with vortex action rotor/volute design such that a negative pressure maintained within the volute in the area of the pump seal. The pump seal arrangement shall use pressurized air as the sealing medium normal pump capacity shall be 300 GPM with flooded suction and 90 feet of discharge head. Pump must be capable of passing 2inch solids without clogging or damage. Pump suction and discharge flanges shall be 3 inch to mate with 150 PSI Navy standard flange per MIL-F-20024. Pump casing must be constructed of copper nickel alloy (70/30). Pump shaft and rotor shall be constructed of nickel copper alloy (70/30 MONEL). Dissimilar metal couples which can cause galvanic corrosion are prohibited. Positive means for locking rotor to shaft must be provided. Pump shall have air operated greaser assembly for seal cartridge lubrication. Pump motor shall be 440 VAC, 60 cycle, 3 phase, 20 HP. One (1) each duplex controller shall be supplied with the pumps. The duplex controller shall be rated 440 VAC, 3 Phase, 60 cycles, spray tight, continuous duty with across the line low voltage protection and maximum ambient temperature 50 degrees centigrade. In addition to controlling the two EDDY PUMPS, the controller shall individually regulate and monitor the 7-10 PSI air required for seal air. The controller shall also control air for automatic lubrication of the pump seal cartridge. Quantity of two (2) each. Pumps to be EDDY PUMP MODEL NO. CC-3000 LHA CHT or EQUAL. IMPORTANT NOTICE: DFARS 252.204-7004 " Required Central Contractor Registration" applies to all solicitations issued on/ after 6/1/98. Lack of registration in the CCR database will make an offer/quoter INELEGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa.mil for more information. Delivery is required by 1 December 2000. Offers shall include manufacturer, payment terms, and anticipated delivery. This is a COMBINED/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. Solicitation Number N00181-00-Q-0803 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and the Defense Federal Acquisition Change Notice 2000731. FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.246-2, and 52.247-34 and DFAR 252.212-7000, 252.225-7001 and 252.225-7012 apply to this acquisition. All items are to be delivered to NNSY, Receiving Officer, Bldg 276, Portsmouth, VA 23709-5000. Inspection/Acceptance at destination, Offeror shall include a completed copy of the provision at 52.212-3 Offer and Representation and certification-commercial items. A copy of clause is available upon request. Offer shall be evaluated for fair and reasonable price, technical acceptability, adherence to applicable clauses, provisions, delivery schedule, the NNSY Red, Yellow and Green Program (Local provisions available upon request) and satisfactory past performance record. Standard industrial code is 3561. Business size standard is 500 employees. This procurement is being conducted under simplified acquisition procedures. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc). But must include the following information: (1) Company's complete mailing and remittance address; (2) Discounts for prompt payment; (3) Anticipated delivery of material; (4) Cage Code; (5) Dun & Bradstreet Number (DUNS); (6) Taxpayer ID number; (7) Location of manufacturing facility. . Important Internet addresses (1) Federal Acquisition Regulation (FAR) http://www.arnet.gov/far/. (2) Defense Federal Acquisition Regulation (DFAR) http://www.acq.osd.mil/dp/dars/dfars/dfars/html/. All quotes must be received not by 21 September 2000. Questions/responses to this solicitation should be addressed to Ingrid Pascall-Lopez, at 757-396-8835 or mailed to Fleet &Industrial Supply Center, Norfolk Naval Shipyard, Annex, Code 532.PL, Ingrid Pascall-Lopez, Bldg 1500, 2nd Floor, Portsmouth, VA 23709-5000
Web Link
NA (pascalllopezi@nnsy.navy.mil)
Record
Loren Data Corp. 20000913/20SOL003.HTM (W-255 SN495100)

20 - Ships and Marine Equipment Index  |  Issue Index |
Created on September 11, 2000 by Loren Data Corp. -- info@ld.com