SOLICITATION NOTICE
43 -- RECOVERY--43--Project Number 75261, Repair Pump Station, Red River Basin Chloride Control Project Area VIII, TX.
- Notice Date
- 11/3/2009
- Notice Type
- Presolicitation
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-10-R-1003
- Response Due
- 12/18/2009
- Archive Date
- 2/16/2010
- Point of Contact
- Nathan Ryan Kloeckler, 918-669-7657
- E-Mail Address
-
US Army Engineer District, Tulsa
(nathan.r.kloeckler@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY--Project Number 75261, Repair Pump Station, Red River Basin Chloride Control Project Area VIII, TX. This action is being procured as part of the American Recovery and Re-Investment Act (ARRA) of 2009. All questions regarding this SYNOPSIS should be submitted in writing to the following E-Mail address: Nathan.R.Kloeckler@usace.army.mil. This Acquisition shall be competed as full and open competition. This synopsis is for the purpose of a pre-solicitation notification only. The US Army Corps of Engineers, Tulsa District intends to issue a solicitation to purchase three (3) vertical turbine pumps used in the operation of the Area VIII portion of the Red River Chloride Control Project. The new pumps will be delivered to the Truscott Brine Lake, Knox county Texas. The following requirements are minimum specifications, additional information may be necessary to manufacture an identical replacement that will flange-up properly with the existing oil lubricated enclosing tube, driveshaft and pump column. The successful operation of the pump, including matching all the proper mating components of the system is the responsibility of the contractor/manufacturer. Physical size coordination and measurements will be the responsibility of the contractor/manufacturer and may require a field investigation. The pump supplied must be capable of meeting the specifications listed below and be driven by the existing 250hp, 2400 volt General Electric driver and not produce overload or other conditions that will damage the motor. The specifications in which the pump must meet are as follows: Flow rate minimum: 2250 GPM; number of stages: three (3); RPM: 1800; FT of Head: 305; Bowl Material: Ni-Resist; Impeller Material: Ni-Al-Bronze; Bearing Material: Bronze; Shaft Material: K-Monel; Bolting Material: 316 SS; Strainer: 316 SS: and Collets: K-Monel. If providing other than the brand name item specified above, proof will be required showing that materials used are suitable to tolerate high salt concentrations continually of 20,000 PPM or higher with no effects to the pump materials. Offeror will also be required to provide installation, testing and acceptance, and training on installation, operation, maintenance, and emergency situations (minimum of 16 hour training). The contract type will be a firm fixed price contract and tanks shall be provided within 30 60 calendar days from the date of award. The North American Industry Classification System (NAICS) code for this program is 333911, and the Classification Code of RECOVERY4320. The Government will award a contract resulting from the subsequent solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. This solicitation will be issued via Internet only on FedBizOpps Website at www.fbo.gov. Notification of amendments shall be made via FedBizOpps only. It is the contractors responsibility to check the below-listed Internet address daily for any posted changes to this solicitation. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. Estimated solicitation issue date is on or about the estimated date of November 18, 2009. Quotations are anticipated to be due on or about December 18, 2009. Contractors must be registered and current with the Central Contractor Registration (CCR) and must have their online representations and certifications (ORCA) completed in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov and the ORCA website is https://orca.bpn.gov/. ALL QUESTIONS REGARDING THIS SYNOPSIS/PRE-SOLICITATION NOTICE SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: Nathan.R.Kloeckler@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-10-R-1003/listing.html)
- Place of Performance
- Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Zip Code: 74128-4609
- Record
- SN01997235-W 20091105/091103235218-a285404da0f7040c7e6036d24be33fe2 (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 |