Provide Two (2) Vertical Turbine, Wet Pit Pumps
1. General Description The St. Lawrence Seaway Development Corporation (SLSDC) operates the Eisenhower and Snell Locks located in Massena, New York. Each lock consists of large concrete structures wit... 1. General Description The St. Lawrence Seaway Development Corporation (SLSDC) operates the Eisenhower and Snell Locks located in Massena, New York. Each lock consists of large concrete structures with multiple drains flowing to a “Dewatering Pit”. Each Dewatering Pit contains (2) fully rebuilt 100 HP Fairbanks Morse pumps and (1) smaller 10 HP Fairbanks Morse pump. The larger pumps (100 HP) are used primarily for dewatering activities during the winter maintenance season; these pumps have been fully rebuilt and are not part of this solicitation. The smaller pump (10 HP) is used year around to maintain removal of normal water leakage making its way into the lock structure and is referred to as the "maintenance" pump. The smaller (10 HP) pump at both locks is original and has been in service since 1959. Over time SLSDC has noticed times where a larger "maintenance" pump would be beneficial during certain lock operations. SLSDC is going to increase the size of the maintenance pump from 10 HP to 40 HP. This solicitation is to furnish and deliver Two (2) Vertical Turbine, 40 HP, Wet Pit Pumps to replace the (2) 10 HP Fairbanks Morse pumps. The SLSDC desires to upgrade from the 10 HP pumps to 40 HP pumps to gain better performance and efficiency when the pumps are operating. The pumps shall operate under the following conditions and with the noted requirements as a minimum unless stated otherwise. The pumps shall be delivered to the SLSDC Maintenance Facility located at 251 Fregoe Road, Massena, New York. Reference drawings/files are provided with this solicitation. The attached drawings are for reference only. Vendors need to craft their proposal in accordance with the written specifications and requirements described below. 2. Operating Conditions Nominal Capacity: 1000 US Gallons per Minute (GPM) Total Developed Head: 60 ft. Net Positive NPSH Available: 33.4 ft. Liquid Type: Fresh Water Temperature / Specific Gravity: 60° F / 0.999 Viscosity / Vapor Pressure: 1.00 cSt / 0.26 psia 3. Envelope Dimension The new pumps shall fit through existing access hatches and into existing pump sump. The new pumps shall be designed such that is will fit existing mounting features. See attached drawings for further detail 4. Performance Pump Speed: 1770 rpm Minimum submergence: 21.00 in Minimum Hydraulic power: 26 hp Minimum Efficiency (Pump overall / Bowl): 80 % / 80.0 % Nominal Driver power rating: 40.0 hp / 29.8 kW Discharge Head Discharge Region MAWP: 175.0 psig Impeller diameter: Rated / Maximum / Minimum: 7.13 in / 7.50 in / 6.75 in Impeller diameter ratio (rated/max): 95.0 % Maximum head at rated diameter: 168.77 ft. Minimum Flow as % of BEP: 101 % Minimum continuous flow: 435 GPM 5. Construction Bowl Construction / Lined: Flanged – Standard Wall / Lined Bowls Impeller Type: Enclosed Impeller Fastening: Colleted Suction Strainer: Basket Strainer Column Construction: Threaded Column Diameter (Nominal): 8.00 in. Minimum Column Pipe Length: 40 ft. Column Section Length: 96 in. Lineshaft Bearing Spacing: 96 in. Lineshaft Diameter: 1.00 in. Lineshaft Coupling Type; Threaded Minimum Lineshaft Bearing Qty.: 6 Lineshaft Construction: Open Lineshaft Lubrication: Pumpage Discharge Size / Rating / Face: 8 in. / 125 lb. ANSI / FF 6. Materials Bowl: Cast Iron A48 CL30 Impeller: Bronze Bowl Bearing: Bronze C84400 Bowl Shaft: 416SS A582 Gr 416 Suction Strainer Material: CRES Stainless Steel Column A53 Type E GrB Lineshaft: Carbon Steel Lineshaft Bearing: Rubber Buna-N Discharge Head: Cast Iron A48 CL30 Support Plate: ASTM A572 GR 50 (minimum rating, if required) Fasteners: 316L SS (where applicable) 7. Motor Driver Power / SF: (40.0 hp / 29.8 kW) / 1.15 Premium Efficiency Vertical Shaft Type: Hollow Driver Type: NEMA Electric Motor Frame Size / Base Diameter: 324 Enclosure: TEFC Volts / Phase / Hz: 480 V / 3 PH / 60 Hz Motor Starting: Direct on Line (DOL), Reduced Voltage Starter Motor Mounting: To be completed by SLSDC Minimum Motor Thrust Ratings (Down / Up): 5600 lbf / 1700 lbf Motor Accessories: Heated Motor Motor Heater Volts / Phase / Hz: 120V / 1 PH / 60 Hz 8. Seal Information Arrangement: Open Lineshaft Packed Box Material: Graphite Fiberglass Gland Material: Cast Iron 9. Paint Finish: Blast (if required), Prime, with Finish Coat bowl, column, and discharge head with N140 Black. 10. Documentation The proposal shall include Assembly Drawings, Operation Manuals, and Maintenance Manuals for the pump, motor driver, etc. (digital format is acceptable). These must all be provided to allow the SLSDC to ascertain whether or not the proposed pumps will meet or exceed the specifications described in this solicitation. Provide the following with the proposal - Pump Assembly Drawing - Pump Flow Curve - Motor Specifications - Envelope Dimensional Check against existing Pump Proposals that do not include the required documentation described above and therefore, cannot be properly evaluated for responsibility, shall be determined unresponsive. 11. Basis for award SLSDC contemplates a Firm, Fixed Price Contract. Proposal evaluations will be based on the lowest price, technically acceptable (LPTA) source selection method. Proposals where the pumps meet or exceed the specifications included in this solicitation will be deemed technically acceptable. All technically acceptable proposals will then be evaluated for lowest price, and award will then be made to the technically acceptable, lowest price proposal. Proposals must be submitted to Tom Keenan, at thomas.keenan1@dot.gov, no later than Friday, May 10th, 2019, 3:00 PM Eastern. SBA Size Standard: 750 Employees Delivery terms are FOB Destination. The SLSDC will provide personnel and equipment upon delivery of the pumps to receive and offload the pumps as required. Delivery will be to: SLSDC Warehouse 251 Fregoe Road Massena, NY 13662 Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the SLSDC based on price and other price related factors. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.232-36, Payment by Third Party. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management (Oct 2016); 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-18, Commercial and Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013).
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »