AWARD
Z -- Sump Pump Installation at Cochiti
- Notice Date
- 9/10/2018
- Notice Type
- Award Notice
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP18Q0105
- Archive Date
- 9/25/2018
- Point of Contact
- Glenda D. Kohlieber, Phone: 5756524135
- E-Mail Address
-
glenda.d.kohlieber@usace.army.mil
(glenda.d.kohlieber@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912PP18P0091
- Award Date
- 9/10/2018
- Awardee
- The Sparrow Grou, Inc, 10312 ELLEN CT NE, ALBUQUERQUE, New Mexico 871124, United States
- Award Amount
- $59,128.31
- Line Number
- 001
- Description
- 1.1 SCOPE OF WORK: The Contractor shall supply all labor, materials, appurtenances, equipment, shop facilities, supervision, tools, staging, scaffolding and all other items necessary to install two (2) new submersible pumps, two (2) new 1-1/2" ball valves, check valves, necessary piping and one (1) new sump pump control system in accordance with this SOW. The existing pumps, which are located on the 10th floor at the bottom of the Control Tower, would electrically fail if overcome by water during a leak. Thus, it has been determined to replace them with two (2) new submersible pumps in the sump pit area located at the bottom of the Control Tower. The dimensions of the existing sump pit is approximately 4' x 3-1/2' x 7-1/2'. The two (2) new pumps shall plumbed into the two existing 1-1/2" pipes locate 10ft. and 20ft. away from the sump pit. The Contractor shall install two (2) new, two (2) Horse Power (HP) submersible pumps to include all piping and controls for sump operations. These pumps shall be designed for 20 GPM each at 70 feet of head. The Contractor shall connect these pumps into the existing 1-1/2" pipes that stub out from the concrete wall for release into the dam conduits. Each pump will have a separate 1-1/2" pipe that will include a 1-1/2" ball valve, check valve and at least one (1) 1-1/2" union so that the pumps can be removed for maintenance. The contractor shall provide and install all the electrical and controls from the pumps to the control panel. The pump control panel will be located on the 1st floor of the Control Tower. There are three (3) existing conduits that are available for the contractor to reuse if feasible (one, 1" and two ¾" conduits). The existing electrical panel is 480V, 3 PH - 30 AMP. The pump control system will include (but not limited to) the following: • Lead, lag and alternating pump operations. • Submersible float switches to indicate four stages; 1. Low Level (Pumps OFF) 2. High Level 1 (One pump ON) 3. High Level 2 (Two pumps ON) 4. High/High Level (Alarm State) • An Audible Alarm to be located inside and a Red or Amber High Visibility Beacon located on the outside of the Control Tower at the 1st floor. • One, control relay with 2-pole Form C, NO/NC contacts. The contacts must be rated for a minimum of 10amps @ 120vac. These contacts will be used to interface with the Elevator control operations and will need to change states when sump pump controller is in a High/High Alarm state. 1. Connections to the Elevator control system will be done by others.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912PP18P0091.html)
- Record
- SN05080674-W 20180912/180910231104-a1a55170034896e6cb70dfd4ff8d7bd1 (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 |