Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2017 FBO #5852
SPECIAL NOTICE

J -- Rice Lake Pump #2 Repair

Notice Date
11/29/2017
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-18-R-RICE
 
Archive Date
12/20/2017
 
Point of Contact
Elizabeth A. Williams, Phone: 3097945333
 
E-Mail Address
elizabeth.a.williams@usace.army.mil
(elizabeth.a.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Rock Island District, intends to procure this requirement on a sole source basis in accordance with the statutory of 10 U.S.C. 2304(c)(1) as implemented by FAR 13.106-1(b)(1), Only One Responsible Source and No Other Supplies or Service Will Satisfy Agency Requirements. Pump #2 Repair - Rice Lake State Fish & Wildlife Area, Fulton County, IL. The U.S. Army Corps of Engineers, Rock Island District, intends to enter into a firm fixed price contract with Flow-Technics, Inc. The NAICS code for this procurement is 811310 with a size standard not to exceed $7.5M. Responses to this notice of intent to sole source are due December 5, 2017 by 2:00 PM CST. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any SAM registered firm that believes it can meet the requirement may give written notification to the Contracting Officer. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement listed. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions should be directed to Beth Williams at 309-794-5333; email: elizabeth.a.williams@usace.army.mil SCOPE OF WORK Pump #2 at the Rice Lake pump station is currently inoperable following reinstallation and startup testing in July 2017. The Contractor shall provide an operable pump to include the following work: The disconnection and removal of the pump at the project location and transportation of the pump to the repair facility. The disassembly and evaluation of one 48" diameter submersible pump to include inspection report. The repair, reassembly and testing of the pump at the repair facility. The transportation of the pump to the project location. The reinstallation and reconnection of the pump as well as erecting engineer/startup services at the project location. The Contractor shall provide an erecting engineer authorized by the manufacturer for the startup of the pump at the project location. Pump #2 is a submersible axial flow Sulzer/ABS VUP 1001-M2200/12 propeller pump with a 295 HP submersible electric motor, 460V, 3 phase, 60HZ. Pump power cable maximum O.D. is 2.37 inches and pump control cable maximum O.D. is 0.77 inches. Pump cable diameter information is based on the technical data provided for the pump during the original construction of the pump station. The pump was rendered inoperable while under the product warranty period of 90 days with the manufacturer (Sulzer). The pump must be repaired by a certified Sulzer service/repair center in order for warranty coverage to be maintained and/or extended. It would not be reasonable for the Government to utilize a non-authorized service/repair center and not in the best interest of the non-Federal Sponsor. Any actions taken by the Government to jeopardize the original and/or extended warranty is unacceptable to the ILDNR. Therefore, the repairs to the pump are to be made by the original pump supplier/manufacturer. The proposed Contractor is the original pump supplier/manufacturer. This direct procurement to the original pump supplier/manufacturer is critical to restore pumping capability and to provide a functioning pump station to the ILDNR. Failure to provide a completely operational pump station before the migratory season in Fall 2018 may result in additional costs to the ILDNR for temporary pumping.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-18-R-RICE/listing.html)
 
Record
SN04751108-W 20171201/171129230814-c8fed26c95d72b0124528a91dacb4fe9 (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 |
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.