SOLICITATION NOTICE
43 -- Purchase of Centrifugal Pump Frequency Drives/Controllers at Mount Rushmore National Memorial
- Notice Date
- 6/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, MWR - NEKOTA MABO- Mt Rushmore NM 24290 Doane Mt. Rd. Keystone SD 57751
- ZIP Code
- 57751
- Solicitation Number
- Q1500090038
- Response Due
- 7/1/2009
- Archive Date
- 6/19/2010
- Point of Contact
- Ronald J. Kesterson Contract Specialist 6055743183 Ron_kesterson@nps.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/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 a written solicitation will not be issued. The Solicitation number for this Request for Quote (RFQ) is Q1500090038. This acquisition is a 100% set aside for small business; the associated NAICS code is 333911, and the small business size standard is 500 employees. The Government will award a firm-fixed price (FFP) contract resulting in this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Besides price, quality of the manufacturer's items along with guarantees of technical compatibility with existing equipment currently in use at Mount Rushmore will be considered. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. The government may elect to award without discussions. The contract for the purchase of two Centrifugal Pump Frequency Drives/Controllers will be awarded on or about July 10, 2009. REQUIREMENTS: Mount Rushmore National Memorial, Keystone, South Dakota, has a requirement for the purchase of two (2) Centrifugal Pump Frequency Drives/Controllers. Each Frequency Drive/Controller will be used to start and stop two 50 Horse Power pumps already in use. The pumps are used to transfer drinking water between reservoirs providing drinking water to park visitors and employees. The requirement for these drives exists to prevent the abrupt start and stop operation of the facility's pumps based on demand. The Frequency Drives/Controllers will reduce unnecessary wear and tear on the pump motors, shafts/impellers. Mount Rushmore's maintenance staff currently has a working knowledge of Aquavar technology, and for this reason we will consider offers that use technology that is ITT Industries, Gould Pumps, Aquavar based, model CPC40721 or equivalent manufacturer meeting the following specifications: 50 Horse Power; 460 Volts, 3 phase, 72 output full load amps. Pump 1 Amp draw: (L1-47.5, L2-54.6, L3 51.0); Pump 2 Amp draw: (L1-52.5, L2-52.9, L3-51.1). The centrifugal pump controller shall be a variable speed pump controller. Frequency Drive/Controllers should mount on the wall and not directly to the pump system. Box/cover should allow operators easy access to all power and motor connections. Controller will provide user-friendly monitoring and display of total operating hours, and total motor run hours. The drive unit shall protect the variable frequency drive and motor from: Overvoltage, Undervoltage, Input phase loss, Phase imbalance, Motor over-current, Motor phase loss, Ground fault and short circuit. Display should be backlit with large, easy-to-read characters and ease-of use front panel keypad allowing operators to make changes. Control board unit shall contain analog and digital contacts for a host of sensors or dry relay terminals which can be connected to external devices for operation of: Remote start and stop, Low-pressure protection switch, Across the line start pump relay, Pump run relay, Pump fault relay, Analog output signal shall have two (4 - 20mA ) signals, Analog input (4 - 20mA) sensor, Secondary analog input (4 - 20mA or 0 - 10 Vdc) offset signal, Interface via RS485 with up to four pumps, Two pressure settings with one transducer (field programmable). Controller will provide a programmable automatic error reset of the pump system that will provide automatic restart capability, with a programmable time delay between each start; provide a fault history with at least five previous fault codes; programmable automatic test run of pumps during periods of down time, based on operating hours; incorporate motor thermal protection and drive temperature protection as standard equipment. Delivery is to be made to Mount Rushmore National Memorial, 13000 Hwy 244, Keystone, South Dakota, no later than July 24, 2009. Paper copies of combined Synopsis/Solicitation will not be issued. The Synopsis/Solicitation can be downloaded at the DOI website (http://www.fedbizopps.gov) on June 19 and unless amendments are issued extending the solicitation the offers are due by 11:59 am MST on July 1, 2009. All vendors must be registered and current in the Central Contractor Registration (CCR), (http://www.ccr.gov) and Online representations and Certifications Application (ORCA) (https://orca.bpn.gov). Point of Contact for this procurement is Ron Kesterson, Contract Specialist, 605-574-3183. Email address: ron_kesterson@nps.gov. The alternate contact will be Michael Stanard, Contract Specialist, 605-574-3113. The Government reserves the right to cancel this synopsis/solicitation. PROVISIONS - The following clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions - Commercial Items, FAR 52.212-05 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, FAR 52.232-8, Discounts for Prompt Payment, FAR 52.204-08, Annual Representations and Certifications. For full-text version of these provisions, please use the following Internet link; http://www.arnet.gov/far. PRICING REQUIREMENTS FOR QUOTES - Price evaluation will be based on the contractor's ability to provide delivery at the lowest price with consideration given to the quality of the manufacturer's products and compatibility with existing systems installed at Mount Rushmore. All interested offerors who believe they are capable of meeting these requirements shall submit their quote to Ron Kesterson by 11:59 am MST July 1, 2009. Fax quotes will be also accepted, fax number 605-574-9077.Any questions regarding this combined synopsis/solicitation must be done in writing by email to ron_kesterson@nps.gov, or Michael_Stanard@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1500090038/listing.html)
- Place of Performance
- Address: Mount Rushmore National MemorialPennington CountyKeystone, South Dakota<br />
- Zip Code: 57751<br />
- Zip Code: 57751<br />
- Record
- SN01850819-W 20090621/090620000017-1e9a00253a48fc29e52da680cd0c46ce (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |