Oregon Bids > Bid Detail

McNary Dam Unwatering/Dewatering Pump & Motor

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 43 - Pumps and Compressors
Opps ID: NBD00159549983242304
Posted Date: Jul 25, 2023
Due Date: Aug 1, 2023
Solicitation No: W912EF23Q0091
Source: https://sam.gov/opp/7f8f267290...
Follow
McNary Dam Unwatering/Dewatering Pump & Motor
Active
Contract Opportunity
Notice ID
W912EF23Q0091
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT WALLA WAL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 25, 2023 10:28 am PDT
  • Original Response Date: Aug 01, 2023 10:00 am PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4320 - POWER AND HAND PUMPS
  • NAICS Code:
    • 333996 - Fluid Power Pump and Motor Manufacturing
  • Place of Performance:
    Umatilla , OR 97882
    USA
Description

The US Army Corps of Engineers, Walla Walla District is seeking sources to provide supply items for the following: McNary Dam Unwatering/Dewatering Pumps & Motors.



Requirements:



MECHANICAL ITEM REQUIREMENTS



- Vertical Mixed Flow Impeller Lineshaft Pump for Chamber Dewatering, Portable.




  1. Model Description: 12,000 GPM @ 40 Ft TDH, 1185 RPM, Minimum 87.2% Bowl Efficiency, Maximum 33 Ft. NPSHR.

  2. Vertical, Above Grade Discharge, 20” Diameter Pipe, 42’-2” pump length of baseplate to the Miter Gate Lower Sill. Depth of Suction Chamber is 6’-0”.

  3. Electric Motor Driver: 200 HP @ 1200 RPM. 460V/3Ph/60Hz.

  4. Single Stage, Mixed Flow Impeller, Product Lubricated, Wet Pit, Vertical Segmented Line Shaft Pump. No oil/grease bearings permitted.

  5. Each pump selected to provide specified flow while operating against specified total dynamic head at operating speed and operating conditions specified.

  6. Complete pump unit when operating within specified operating range shall be free of excessive vibration, cavitation, and noise.

  7. Pumps and electric motor drivers shall be furnished by the pump manufacturer.

  8. Surface preparation and coating: All non-stainless-steel components shall have surface preparation to white metal blast cleaning, SSPC-SP5, to a profile depth of 1.5 mils and coated to 12 mils thick of a high solid, polyamide cured two-part epoxy paint, Jotamastic 90 AI or similar, using an airless sprayer.

  9. Additional pump and motor requirements listed in Paragraph 4.0. NAVLOCK PORTABLE CHAMBER DEWATERING PUMPS.

  10. Quantity of TWO (2) pumps each.



- Chamber Dewatering Pump and Motor Spare Parts, Kit. The KIT will include the following.




  1. ONE (1) complete Pump Bowl Assembly with bowl shaft and impeller.

  2. ONE (1) set of intermediate bearing retainers for one pump.

  3. A FULL set of shaft bearings for TWO (2) pumps.

  4. A FULL set of pump shaft couplings for ONE (1) pump.

  5. TWO (2) additional stuffing box bearings.

  6. ONE (1) complete stuffing box assembly.

  7. 50% (Percent) of all flange fasteners per pump model.

  8. FOUR (4) sets of spare packing for both pumps. Precision cut (Per Set) and stored inside hard cardboard tubing.

  9. ONE (1) set of electric motor bearings.



NAVLOCK PORTABLE CHAMBER DEWATERING PUMPS



- SCOPE




  1. This specification covers the two (2) Electric Motor Driven, Vertical Mixed Flow Impeller Lineshaft Pumps for the McNary Navigation Lock & Dam.

  2. Each pump(s) shall be a single stage, mixed flow impeller, product-lubricated, wet pit, vertical segmented line-shaft pump. No oil or grease bearings shall be permitted. Each pump is selected to provide the specified flow while operating against the specified total dynamic head at the operating speed and operating conditions specified. The complete pump unit when operating within the specified operating range shall be free of excessive vibration, cavitation, and noise.

  3. To assure unity of responsibility, the pumps and electric motors shall be furnished by the pump manufacturer.

  4. Pump equipment in this section shall be warranted by the pump manufacturer for a period of one year from the date of owner acceptance.

  5. Wrenches, Tools, and Special Equipment.

  6. Provide all NONSTANDARD and SPECIAL equipment required for dismantling, reassembly, and general maintenance of the entire pump assembly and motor units. Provide one set of complete lifting attachments such as detachable eyebolts or special slings for handling various parts with a hoist.



- QUALIFICATIONS




  1. Pump Manufacturer shall be certified as an ISO 9001:2015 Quality System Accredited Company. A certificate of compliance shall be submitted.



- DELIVERY REQUIREMENTS: What is your delivery date? ____________________



The North American Industry Classification System (NAICS) code for this project is 333996 and the associated small business size standard is 1250 Employees.



THIS IS NOT A SOLICITATION. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. Firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you will be responding to the solicitation.



1) A capability statement expressing interest in this requirement.



2) A statement or list of your firms’ current or past performance similar to or the same as the summary scope of work.



3) Is your firm a Small or Large Business?



4) Name of firm with address, phone and point of contact.



5) System for Award Management (SAM) Unique Identification Number/Cage Code.



Please send information to: alan.n.inglis@usace.army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 25, 2023 10:28 am PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >