SPECIAL NOTICE
43 -- INTENT TO SOLE SOURCE: Self-Priming, Self-Powered Flood Water Abatement or Mitigation Pumps
- Notice Date
- 8/20/2024 10:53:48 AM
- Notice Type
- Special Notice
- NAICS
- 33391
—
- Contracting Office
- W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
- ZIP Code
- 61299-5001
- Response Due
- 8/26/2024 8:00:00 AM
- Archive Date
- 09/10/2024
- Point of Contact
- Allison Longeville, Ryan R. Larrison
- E-Mail Address
-
Allison.A.Johnson@usace.army.mil, Ryan.R.Larrison@usace.army.mil
(Allison.A.Johnson@usace.army.mil, Ryan.R.Larrison@usace.army.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE PROCUREMENT: The U.S. Army Corps of Engineers Rock Island District (USACE) will be issuing a sole source requirement�in support of the National Flood Fight Material Center (NFFMC) to replace four, six, and eight inch diesel Godwin Dri-Prime Model CD100S, CD150S, and CD225M, auto-priming pump sets that are approaching or have exceeded their lifespan and require replacement or permanent transfer to staging areas around the nation to assist flood fight response efforts. This pump set is capable of flows of 1065, 2290, and 3200 Gallons Per Minute (GPM), Total Dynamic Head (TDH) of 180 feet, and solids handling up to 1.75, 3, and 3 1/8 inches in diameter for the 4, 6, and 8-inch pumps respectively. These replacement pumps are needed to support flood control and coastal emergencies response efforts. NOTE - The 4, 6, and 8-inch Self-Priming, Self-Powered Flood Water Abatement or Mitigation Pump must�meet the ANSI/FM 2510 American National Standard for Flood Mitigation Equipment testing protocol standard.�Justification for this sole source procurement is in accordance with FAR 13.106-1(b)(2) soliciting from a single source. THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, if any interested party believes that they can meet the above requirement, they may submit a capability statement. All information furnished must be in writing and must contain sufficient detail to allow USACE to be able to determine if the interested party can perform the requirement described herein.�Responses will be considered by the Government, however, a determination by the Government not to compete the proposed acquisition based upon responses of this notice is solely within the discretion of the Government.�USACE will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE�SELF-PRIMING, SELF-POWERED FLOOD WATER ABATEMENT OR MITIGATION PUMPS in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Allison Longeville, Contract Specialist, by email at allison.a.johnson@usace.army.mil and to Ryan Larrison, Contracting Officer, by email at ryan.r.larrison@usace.army.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0f1332f62a4949f2b3546b424419c27b/view)
- Place of Performance
- Address: Pleasant Valley, IA 52767, USA
- Zip Code: 52767
- Country: USA
- Zip Code: 52767
- Record
- SN07177371-F 20240822/240820230116 (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 |