Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2005 FBO #1320
SOLICITATION NOTICE

46 -- Pump Replacement, North Rim, Grand Canyon National Park, Arizona.

Notice Date
7/6/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
IMR - GRCA - Grand Canyon National Park P.O. Box 129 (1575 Shuttle Bus Road) Grand Canyon AZ 86023
 
ZIP Code
86023
 
Solicitation Number
Q8221050086
 
Response Due
7/22/2005
 
Archive Date
7/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number Q8221050086. The estimated price range is $100,000 - $300,000. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The North American Industrial Classification System code is 333911 and the business size standard is 500 employees. The proposed contract is set aside for small business. The solicitation is for Two Horizontal Pitot Tube Single Stage Pumping Units. List of Contract Line Items 01 Horizontal Pitot Tube Single Stage Pumping Unit, Quantity - 2 each 02 Pumping Service Quantity - 1 job Requirements for Line Items Statement of Work PART 1 GENERAL 1.01 There shall be supplied two (2) horizontal Pitot Tube single stage pumping unit(s) specifically designed to pump high pressure without the need for pulsation dampners, multiple stages or the risk of liquid end seizure. 1.02 QUALITY ASSURANCE A. All pumping equipment furnished under this Section shall be of a design and manufacture that has been used in similar high pressure applications and it shall be demonstrated to the satisfaction of the Owner. B. To insure a consistent high standard of quality, the manufacturer of this pumping equipment shall comply with the requirements of the ISO 9001 Quality System, and such compliance shall be verified by an independent certification agency approved by the International Organization for Standardization. Documentation shall be submitted for approval showing compliance with this requirement C. Unit responsibility. Pumps, complete with switch reluctance motor and power converter, and all other accessories and appurtenances shall be furnished by the pump manufacturer to insure compatibility and integrity of the individual components, and provide the specified warranty for all components. D. The pitot-tube pumps specified in this section shall be furnished by and be the product of one manufacturer. 1.03 OPERATION AND MAINTENANCE DATA A. Submit two (2) copies of the operation and maintenance data. B. Include installation instructions, assembly views, lubrication instructions, and replacement parts lists. 1.04 DELIVERY A. Deliver to the North Rim of Grand Canyon National Park. . 1.05 SERVICES OF MANUFACTURER A. When requested, furnish the services of a representative of the pump manufacturer to assist in adjusting and testing the equipment furnished, to supervise the initial operation, and to make final adjustments as may be necessary to assure the OWNER that the pump(s) is (are) in satisfactory operating condition. B. Furnish sufficient data, and information from the manufacturer to train operators in the proper operation and maintenance of the pump(s) furnished. PART 2 PUMP & MOTOR A. PERFORMANCE 1. The pumps shall be designed for continuous operation, and or unlimited stop/start operation. B. OPERATION CRITERIA Flow GPM TDH FT Suct. Filter mesh Min.Suct. Press. Max Fluid Temp. Suct. Pipe Dia. Disch. Pipe Dia Design Condition 110 3601 100 0 600F 3" 2" C. SUCTION FILTRATION 1. It is recommended that the pumped fluid is to be filter to 100 mesh before entry into the pump. D. DESIGN 1. Since these pumps will be used to pump at high pressures, the pumps shall be specifically designed to optimize and maintain hydraulic performance as across the entire curve. 2. The pump(s) shall be of a Pitot-Tube, direct coupled design, with No-Impeller, and with the rotor design such that the motor is completely isolated from the flow path of the pumpage. All flow path clearances within the pump(s) shall be so that all rotating elements can not seize. 3. The Pitot-Tube shall be constructed of 17-4 pH stainless steel and specifically designed to maintain hydraulic pumping performance. a. The Pitot-Tube shall be designed such that the pick-up tube is attached with one 316 ss lock nut and aligning pins are installed to assure proper pick-up tube orientation. 4. The pump rotor and rotor housing shall be of the two-piece radially split type, with a separate and removable suction piece designed so that the Pitot-Tube can be withdrawn without the need to remove the drive casing or disturb the motor placement. a. The rotor cover shall have an interference fit. b. The rotor shall be made with cast-in "fins" to create air flow through the pump. c. The rotating assembly (with shaft and bearings) shall be hydrostatically tested per Hydraulic Institute standards per the appropriate material and any special application requirements. d. Each rotating assembly shall be stamped with a serial number and recorded at the factory for future reference. Balance and hydrostatic certificates shall be provided if specified in the contract. 5. The manifold shall be machined from a casting. Flanged connections are standard with raised faces to receive 600 lb. X 900 lb. ANSI standard bolting Special case NPT pipe connections can be provided. a. With flanged connections a manifold plug shall be provided for access to the pick-up tube. The bolt holes of the manifold plug shall be machined in an asymmetrical pattern so that the matching holes in the manifold are safely located away from the discharge passage. b. The completed manifold assembly shall be hydrostatically tested per Hydraulic Institute standards. Hydrostatic test certificates shall be provided if specified in the contract. 6. The motor will be a switched reluctance design incorporating four rotor poles and eight stator poles, which is used with a power converter to produce efficient variable speed drive for the pump. a. Pump rotating cover & motor rotor are mounted on an integral shaft. The motor rotor is constructed from a stack of electrical steel laminations mounted directly to the shaft. No windings or conductors are required. b. The motor stator comprises a stack of laminations with independently wound with stator phase coils. c. Permanent magnets or overlap areas within the windings are not allowed. 7. Direction of Rotation. The motor shaft shall rotate in an anti-clockwise direction when viewed from the non-drive end ( i.e. the opposite end to the pump). A direction of rotation arrow will be permanently fixed to the motor casing. E. BEARINGS 1. The design of the pump and Switch Reluctance drive motor will be sufficient to eliminate the need for an independent pump bearing housing. 2. The bearings are anti-friction type high-precision bearings and shall be grease lubricated with an approved grease, such as Chevron SRI No.2 . F. SHAFT SEALING 1. The Switch Reluctance drive motor of the pump is not exposed to the pumped fluid or damage from seal failure. 2. Single Mechanical Seal Version a. A single engineered mechanical seal requiring no external flushing shall be furnished in the pump. The seal shall utilize the pumped fluid at suction pressure to cool and lubricate the seal. b. The mechanical seal will require no shaft sleeve or seal hub. The mechanical seal will be exposed to only suction pressure. c. The stationary-sealing ring shall be made of tungsten carbide Grade VC 805, the surface of which shall be lapped to a flatness not to exceed three helium light bands. d. The rotational-sealing ring shall be constructed of carbon. The surface shall be lapped to a flatness not to exceed three helium light bands. e. The seal shall be capable of running with up to ? 0.025" radial shaft deflection and ? 0.040" axial shaft deflection without leakage, damage, or loss of performance. f. A seal chamber is maintained in the manifold of the pump isolating the drive motor from the pumped fluid. The manifold is designed for quick seal replacement. A single leak port is located at the bottom of the manifold for seal leak detection. g. Seals requiring a water or product flush may be furnished in lieu of the non-flushed seal, provided the contractor furnishes, at no extra charge, all of the external auxiliary equipment necessary for the flushing system, including, but not limited to: 1) Isolated water/flush supply system to the seal, including pump, reservoir, pressure reduction valve, solenoid valve, bypass piping and check valve, all furnished in a suitable enclosure, associated wiring, and modifications to the motor control center to actuate the solenoid valve. 2) A pressure gauge, flowmeter, shutoff and isolation valves, manual throttle valve, and strainer at the pump. 3) All tubing/piping shall be stainless steel. G. MOUNTING 1. Direct (Close) Coupled a. The pump is close coupled; this requires no base for installation. It is recommended that minimum 2 inch thick sole plate be used under the pump unit, which can be grouted in. b. No coupling guard is required to provided a safely enclosure as there is no coupling. H. PERFORMANCE TESTING a. A certified shop test shall be performed on each pumping unit in accordance with the test code of the Hydraulic Institute protocol "A". Tests shall be sufficient to determine the curves of head, input horsepower, and wire to water efficiency for capacity from shutoff to 150% of design flow or end of curve. b. A minimum of six points, including shutoff, shall be taken for each test run. At least one point of the six shall be taken as near as possible to each specified condition. I. PRE-SHIPMENT PROCEDURES a. Before shipment, all open cavities of the pump (manifold openings, drains, etc.) shall be plugged and sealed before painting. b. The pump shall be painted with manufacturer's standard industrial enamel (unless otherwise specified) to maintain a 1.25 mils minimum dry film thickness (DFT). All excess paint shall be removed prior to shipment. c. The pump shall be securely skid mounted or crated as required and labeled according to contract requirements. Place of Delivery: North Rim, Grand Canyon National Park, Grand Canyon, Arizona. Delivery Hours: Please call Steve Homan @ 928-638-7908 72 hours prior to delivery. Delivery Requirements are 60 calendar days after receipt of order (ARO) or sooner. Technical question should be directed to Steve Homan @ 928-638-7908. Quoters may submit quotes for each line item as follows: 0001: Horizontal Pitot Tube Single Stage Pumping Unit, Quantity - 2 each - price each $__________________. 0002: Pumping Service Quantity - 1 job - price $___________________________. Grand Total (including delivery and all applicable taxes) - $____________. The Government intends to issue a firm-fixed contract without discussions to the responsible quoter whose total quote represents the best value for the Government, price and other factors considered. Quoter must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, with quote. The Government will then assess each quoter's price, to determine reasonableness. The FAR clauses 52.212-1 Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. FAR 52-204-7, Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Go to www.ccr.gov to register. Quotes must be received no later than close of business on Friday, July 22, 2005, at Grand Canyon National Park, P.O. Box 129, 1575 Shuttle Bus Road, Room 222, Grand Canyon, AZ 86023, Attn: Susan Druschke, Phone 928-638-7715, Fax 928-638-7799, e-mail susan_druschke@nps.gov. The full text of cited FAR references can be reviewed at http://www.arnet.gov/far. Contact Susan Druschke or Steve Homan for information regarding this solicitation.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1860100)
 
Place of Performance
Address: North Rim, Grand Canyon National Park, Arizona
Zip Code: 86023
Country: USA
 
Record
SN00842271-W 20050708/050706212358 (fbodaily.com)
 
Source
FedBizOpps.gov 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.