SOLICITATION NOTICE
Z -- Well 15 replacement/ Replace vertical turbine pump assembly
- Notice Date
- 2/11/2022 12:00:09 PM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N40080-5904929
- Archive Date
- 02/18/2022
- Point of Contact
- Andrew Pounds, JoAnna L. Tucker
- E-Mail Address
-
andrew.j.pounds2.civ@us.navy.mil, joanna.l.tucker@navy.mil
(andrew.j.pounds2.civ@us.navy.mil, joanna.l.tucker@navy.mil)
- Description
- NAVFAC PWD Indian Head intends to issue a sole source award utilitzing Simplified Acquisition Procedures to A.C. Schultes to provide materials and labor to replace the well pump, motor, and drop pipe of Well 15 at bldg. 1893, replace the piping inside the well house and replace the electric motor starter with a VFD. A.C. Schultes is the only contractor in the local service area (MD, VA, and DC) that is capable of completing this work. No other contractor had the equipment or personnel experience to handle a pump casing size of 10 inch. A.C. Schultes Inc. is the only company capable that can complete and warranty the work. Work is to include mobilizing a two man pump service crew with crane to site. Removing the existing vertical turbine pump assembly from Well 15. Sound the well and perform a video inspection of well casing. Notify NAVFAC representative of any discrepancies with the casing. Based on the results of the video inspection redevelop the well using the riser swab method. This process will include: Install a 10� riser swab on 4� pipe. Swab the existing screens at a rate of 5 feet per hour. Clean and renew effort of accumulated fill from the well bottom. Remove 4� pipe and swab. Perform a post redevelopment video inspection and report findings. Supply and install a new 6CHC-9 stage submersible pump powered by a new 50 HP, 460 volt, 3 phase motor. Supply and install 210� of 6� carbon steel drop pipe, submersible wire, �� poly water level tube, and (1) one 6� ductile iron check valve. The pump will be designed to yield 250 GPM at 570� TDH. Supply and install a new 4� diaphragm control valve. Core the well house wall for new pipe installation. Supply and install new 4� overboard pipe with 4� OS&Y gate valve, 4� ductile iron pipe, and 4� flanged tee. Remove existing butterfly valve prior to backflow preventer. Replace the existing 4� spool pipes on both side of the existing flowmeter. Replace 6� x 4� concentric reducer and 5� spool pipe going to main. Mobilize and electrical crew to the site. Remove the existing across the line motor starter. Supply and install new model VFD complete with disconnect and load reactor in stainless steel panel. The VFD will be operated with a transducer mounted in the 4� pipeline for flow control. The proposed contract action is for services for which the Government intends to solicit and negotiate with only A. C. SCHULTES under the authority of FAR 6.302.� Interested parties may identify their interest and capability to respond to the requirement.� This notice of intent is not a request for competitive proposals.� However, inquiries received within 45 days after date of publication of this synopsis will be considered by the Government.� A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. � This notice of intent is for information purposes only. All sources eligible to meet this requirement must respond in writing. Responses must be supported with clear and convincing evidence that clearly articulate the company's ability to satisfy this requriement as outlined above. A request for documentation will not be considered as an affirmative response. If no responses are received within seven (7) calendar days after publication of this notice, to demonstrate comparable capability, then a sole source acquisition award will be made.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1f343015c61a407388efb4fcdd7a4dff/view)
- Place of Performance
- Address: Indian Head, MD 20640, USA
- Zip Code: 20640
- Country: USA
- Zip Code: 20640
- Record
- SN06240400-F 20220213/220211230105 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |