Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 1 PM
Combined Synopsis/Solicitation
Northport New york

4510--Hot Water Pumps upgrade for the Northport VA Medical Center.

Details

Solicitation ID 36C24225Q0722
Posted Date 26 Jun 2025 at 1 PM
Response Date 11 Jul 2025 at 8 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 242-network Contract Office 02 (36c242)
Agency Department Of Veterans Affairs
Location Northport New york United states 11768

Possible Bidders

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

National Industries For The Blind

Wayne Earth city Alexandria

Sign up to access Documents

Signup now
03-01-23 23 05 12 - 2 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC Number 2025-04, effective date 06/11/2025. This solicitation is set-aside for Small Businesses (SB). The associated North American Industrial Classification System (NAICS) code for this procurement is 333414, with a small business size standard of 500 employees. The FSC/PSC is 4510. Requirement: The scope of this project is to upgrade the heating hot water pumps serving buildings 200 & 92 at the Northport VA Medical Center in Northport, NY. The Contractor shall supply electrical water pumps with VFD and auxiliary components complying with the required VA specification sections and drawings. Refer to Attachment A for some of the required VA specifications, and Attachment B for drawings. These attachments are at the end of this document. Building 200: Bell & Gossett Base Mounted End Suction Pump (P-5), Series e-1510, Model # 2GB, QTY: 1 Motor: Inverter duty, ODP Type, 7.5 HP/ 1750 RPM/ 460/3/60 (V/PH/HZ) Pump: 10.375 Impeller, 145 GPM at 100 FT-HD, 5.16 BHP Bell & Gossett Base Mounted End Pump (P-6, P-7), Series e-1510, Model # 4EB, QTY: 2 Motor: Inverter duty, ODP Type, 25 HP/ 1750 RPM/ 460/3/60 (V/PH/HZ) Pump: 10.75 Impeller, 700 GPM at 90 FT-HD, 18.90 BHP Silent check valve 4 , Metraflex, Model # CVOSS904, for P-5, QTY: 1 Check valve 8 , Crispin, Model # GC71.R, for P-6 and P-7, QTY: 2 Neoprene connector 4 , Mason, Model # Masonflex MFEJ, High pressure construction, CR Control Rods, for P-5, QTY: 2 Neoprene connector 6 , Mason, Model # Masonflex MFEJ, High pressure construction, CR Control Rods, for P-6 and P-7, QTY: 2 Neoprene connector 8 , Mason, Model # Masonflex MFEJ, High pressure construction, CR Control Rods, for P-6 and P-7, QTY: 2 Building 92: Bell & Gossett Base Mounted End Suction Pump (P-1, P-2), Series e-1510, Model # 2BD, QTY: 2 Motor: Inverter duty, ODP Type, 7.5 HP/ 1750 RPM/ 208/3/60 (V/PH/HZ) Pump: 9.50 Impeller, 200 GPM at 80 FT-HD, 5.12 BHP Bell & Gossett Vertical Inline Pump (P-3, P-4), Series e-80, Model # 1.5 x 1.5 x 9.5B, QTY: 2 Motor: Inverter duty, ODP Type, 3 HP/ 1750 RPM/ 208/3/60 (V/PH/HZ) Pump: 8.75 Impeller, 60 GPM at 75 FT-HD, 2.02 BHP Bell & Gossett Base Mounted End Suction Pump (P-5), Series e-1510, Model # 1.25BC, QTY: 1 Motor: Inverter duty, ODP Type, 2 HP/ 1750 RPM/ 208/3/60 (V/PH/HZ) Pump: 7.875 Impeller, 60 GPM at 55 FT-HD, 1.50 BHP All equipment stated above shall be delivered to the Northport VA medical center, warehouse building 36; Located at 79 Middleville Road, Northport, NY 11768. The period of performance will begin with a Notice to Proceed (NTP) issued after contract award. Total period of performance shall not exceed (120) days after NTP. This period of performance includes reasonable duration for submittal review and approval prior to ordering all equipment. GENERAL REQUIREMENTS Contractor must coordinate with VA Contractor s Officer Representative (COR) the delivery date and time. All equipment shall be checked by the Contractor s Officer Representative (COR) for any damage prior to delivery acceptance. The following are required for this project: Parts and Material are to be provided as per this Statement of Work (SOW), VA Specifications sections 230512 and 232123, as well as equipment schedules. Replacement of existing equipment without any pipe modifications. Contractor is responsible to field verify Make and Model numbers of each pump and component. This is an exact replacement in kind. Contractor to coordinate with the VA COR prior to the delivery of all equipment. Failure to supply the exact equipment will lead to rejection of delivery. SAFETY PRECAUTIONS The Contractor shall comply with all applicable Federal, State, and local legal requirements regarding workers health and safety. The requirements include, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. INFORMATION SECURITY / PRIVACY / RECORDS MANAGEMENT This contract does not involve access to VA patient/employee information and does not involve access and/or connection to the VA information system. VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information. The Department of Veterans Affairs, VA must comply with all applicable privacy and confidentiality statutes and regulations. One of the requirements in VA is to have all personnel trained annually on privacy requirements. Privacy represents what must be protected by VA in the collection, use, and disclosure of personal information whether the medium is electronic, paper or verbal. Place of Performance/Place of Delivery: Northport VA Medical Center 79 Middleville Road Northport, NY 11768 The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services (see 12.602); or (2) Include a similar provision containing all evaluation factors required by 13.106, subpart  14.2 or subpart  15.3, as an addendum (see 12.302(d)).] The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) FAR 52.225-2 Buy American Certificate (OCT 2022) VAAR 819.7004 Limitations on Subcontracting Compliance requirements FAR 52.225-2 Buy America Certificate Buy American Certificate (Oct 2022) (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, "domestic end product," "end product," and "foreign end product" are defined in the clause of this solicitation entitled "Buy American-Supplies." (b) Foreign End Products: Line Item No. Description Country of Origin Exceeds 55% domestic content (Yes/No) b) [List as necessary] (c) Domestic end products containing a critical component: Line Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. Signature: ________________________ Date: ____________________________ (end of provision) VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee. (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:_____________________ Company Name and Address:__________________________________ (End of clause) All quoters shall submit the following: One (1) Quote in PDF format One (1) Buy America Certificate fully completed and signed One (1) Fully completed and signed Limitations on Subcontracting Certificate document All quotes shall be sent to the Contracting Officer at: [email protected] Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical capability factor meeting or exceeding the requirement, Past performance, and Price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition Is set aside for small business and has a value above the simplified acquisition threshold. Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified in this solicitation. Quotes may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show (1) The solicitation number. (2) The time specified in the solicitation for receipt of quotations. (3) The name, address, and telephone number of the quoter. (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. (5) Terms of any express warranty. (6) Price and any discount terms. (7) "Remit to" address, if different than mailing address. (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Quotation Amendments. (10) Past performance information will not be considered in simplified acquisition procurements. (11) Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during pre-award testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the Request for Quote, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h) Multiple awards. The Government may accept issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the quotation, offers may not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module ( https://assist.dla.mil/feedback) or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at [email protected]. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the Request for Quote (RFQ) requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is a planning to submit a quote for a Government Request for Quote (RFQ) when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than July 11th, 2025, at 1600 EST at [email protected]. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Jonatan Rondon [email protected] Network Contracting Office 2 VA New York Harbor Healthcare System Margaret Cochran Corbin VA Medical Center 423 East 23rd Street New York, NY 10010 212-686-7500 ex. 16490 MILL AND FILL NORTHPORT PARKING LOTS PHASE 2 United States Department of Veterans Affairs Northport VA Medical Center Upgrade Hot Water Pumps for Buildings 200 and 92 Equipment Service Contract Specifications Attachment A May 28, 2025 Version 1.0 TABLE OF CONTENTS Name Section Start Page General Motor Requirements for HVAC Equipment 23 05 12 2 Hydronic Pumps 23 21 23 9 Motor Controllers 26 29 11 14 SECTION 23 05 12 GENERAL MOTOR REQUIREMENTS FOR HVAC EQUIPMENT PART 1 - GENERAL DESCRIPTION This section specifies the furnishing, installation and connection of RELATED WORK SUBMITTALS Information and material submitted under this section shall be marked SUBMITTED UNDER SECTION 23 05 12, GENERAL MOTOR REQUIREMENTS FOR HVAC AND STEAM GENERATION EQUIPMENT , with applicable paragraph identification. Submit motor submittals with driven equipment. Shop Drawings: Provide documentation to demonstrate compliance with contract documents. Motor nameplate information shall be submitted including electrical ratings, efficiency, bearing data, power factor, frame size, dimensions, mounting details, materials, horsepower, voltage, phase, speed (RPM), enclosure, starting characteristics, torque characteristics, code letter, full load and locked rotor current, service factor, and lubrication method. Manufacturer's Literature and Data including: Full item description and optional features and accessories. Include dimensions, weights, materials, applications, standard compliance, model numbers, size, and capacity. Complete operating and maintenance manuals including wiring diagrams, technical data sheets, information for ordering replacement parts, and troubleshooting guide: Include complete list indicating all components of the systems. Include complete diagrams of the internal wiring for each item of equipment. Diagrams shall have their terminals identified to facilitate installation, operation and maintenance. AS-BUILT DOCUMENTATION NOT USED PART 2 - PRODUCTS MOTORS For alternating current, fractional and integral horsepower motors, NEMA MG 1 and NEMA MG 2 shall apply. Provide all electrical wiring, conduit, and devices necessary for the proper connection, protection and operation of the systems. Provide premium efficiency type motors. Unless otherwise specified for a particular application, use electric motors with the following requirements. Poly-phase Motors: NEMA Design B, Squirrel cage, induction type. Voltage ratings shall be as follows: Single phase: Motors connected to 208-volt systems: 200 volts. Motors connected to 240-volt or 480-volt systems: 230/460 volts, dual connection. Three phase: Motors connected to 208-volt systems: 200 volts. Motors, less than 74.6 kW (100 hp), connected to 240-volt or 480- volt systems: 208-230/460 volts, dual connection. Motors, 74.6 kW (100 hp) or greater, connected to 240-volt systems: 230 volts. Motors, 74.6 kW (100 hp) or greater, connected to 480-volt systems: 460 volts. Number of phases shall be as follows: Motors, 373 W (1/2 hp) and greater: 3 phase. Horsepower ratings shall be adequate for operating the connected loads continuously in the prevailing ambient temperatures in areas where the motors are installed, without exceeding the NEMA standard temperature rises for the motor insulation. Motor designs, as indicated by the NEMA code letters, shall be coordinated with the connected loads to assure adequate starting, acceleration, and running torque without exceeding nameplate ratings or considering service factor. Motor Enclosures: Shall be the NEMA types as specified and/or shown in the contract documents. Where the types of motor enclosures are not shown in the contract documents, they shall be the NEMA types per NEMA 250, which are most suitable for the environmental conditions where the motors are being installed. Enclosure requirements for certain conditions are as follows: Enclosures shall be primed and finish coated at the factory with manufacturer's prime coat and standard finish. Electrical Design Requirements: Motors shall be continuous duty. The insulation system shall be rated minimum of Class B, 130 degrees C (266 degrees F). The maximum temperature rise by resistance at rated power shall not exceed Class B limits, 80 degrees C (176 degrees F). The speed/torque and speed/current characteristics shall comply with NEMA Design A or B, as specified. Motors shall be suitable for full voltage starting, unless otherwise noted. Coordinate motor features with applicable motor controllers. Motors for variable frequency drive applications shall adhere to NEMA MG 1, Part 30, Application Considerations for Constant Speed Motors Used on a Sinusoidal Bus with Harmonic Content and General- Purpose Motors Used with Adjustable-Voltage or Adjustable-Frequency Controls or Both, or NEMA MG 1, Part 31, Definite-Purpose Inverter- Fed Polyphase Motors. Mechanical Design Requirements: Bearings shall be rated in accordance with ABMA 9 or ABMA 11 for a minimum fatigue life of 26,280 hours for belt-driven loads and 100,000 hours for direct-drive loads based on L10 (Basic Rating Life) at full load direct coupled, except vertical high thrust motors which require a 40,000 hours rating. A minimum fatigue life of 40,000 hours is required for VFD drives. Grease lubricated bearings shall be designed for electric motor use. Grease shall be capable of the temperatures associated with electric motors and shall be compatible with Polyurea based greases. Grease fittings, if provided, shall be Alemite type or equivalent. Vibration shall not exceed 3.8 mm (0.15 inch) per second, unfiltered peak. Motors on 180 frames and greater shall have provisions for lifting eyes or lugs capable of a safety factor of 5. All external fasteners shall be corrosion resistant. Condensation heaters, when specified, shall keep motor windings at least 5 degrees C (9 degrees F) above ambient temperature. Winding thermostats, when specified shall be normally closed, connected in series. Grounding provisions shall be in the main terminal box. Special Requirements: Where motor power requirements of equipment furnished deviate from power shown on plans, provide electrical service designed under the requirements of NFPA 70 without additional cost or time to the Government. Assemblies of motors, starters, controls and interlocks on factory assembled and wired devices shall be in accordance with the requirements of this specification. Wire and cable materials specified in the electrical division of the specifications shall be modified as follows: Wiring material located where temperatures can exceed 71 degrees C (160 degrees F) shall be stranded copper with Teflon FEP insulation with jacket. This includes wiring on the boilers. Other wiring at boilers and to control panels shall be NFPA 70 designation THWN. Provide shielded conductors or wiring in separate conduits for all instrumentation and control systems where recommended by manufacturer of equipment. Select motor sizes so that the motors do not operate into the service factor at maximum required loads on the driven equipment. Motors on pumps shall be sized for non-overloading at all points on the pump performance curves. Motors utilized with variable frequency drives shall be rated inverter-duty per NEMA MG 1, Part 31, Definite-Purpose Inverter- Fed Polyphase Motors. Provide motor shaft grounding apparatus that shall protect bearings from damage from stray currents. NEMA Premium Efficiency Electric Motors (Motor Efficiencies): All permanently wired polyphase motors of 746 W (1 hp) or more shall meet the minimum full-load efficiencies as indicated in the following table. Motors of 746 W (1 hp) or more with open, drip-proof, or TEFC enclosures shall be NEMA premium efficiency type, unless otherwise indicated. Motors provided as an integral part of motor driven equipment are excluded from this requirement if a minimum seasonal or overall efficiency requirement is indicated for that equipment by the provisions of another section. Minimum Premium Efficiencies Open Drip-Proof Minimum Premium Efficiencies Totally Enclosed Fan-Cooled (TEFC) Rating kW (hp) 1200 RPM 1800 RPM 3600 RPM Rating kW (hp) 1200 RPM 1800 RPM 3600 RPM 0.746 (1) 82.5% 85.5% 77.0% 0.746 (1) 82.5% 85.5% 77.0% 1.12 (1.5) 86.5% 86.5% 84.0% 1.12 (1.5) 87.5% 86.5% 84.0% 1.49 (2) 87.5% 86.5% 85.5% 1.49 (2) 88.5% 86.5% 85.5% 2.24 (3) 88.5% 89.5% 85.5% 2.24 (3) 89.5% 89.5% 86.5% 3.73 (5) 89.5% 89.5% 86.5% 3.73 (5) 89.5% 89.5% 88.5% 5.60 (7.5) 90.2% 91.0% 88.5% 5.60 (7.5) 91.0% 91.7% 89.5% 7.46 (10) 91.7% 91.7% 89.5% 7.46 (10) 91.0% 91.7% 90.2% 11.2 (15) 91.7% 93.0% 90.2% 11.2 (15) 91.7% 92.4% 91.0% 14.9 (20) 92.4% 93.0% 91.0% 14.9 (20) 91.7% 93.0% 91.0% 18.7 (25) 93.0% 93.6% 91.7% 18.7 (25) 93.0% 93.6% 91.7% 22.4 (30) 93.6% 94.1% 91.7% 22.4 (30) 93.0% 93.6% 91.7% 29.8 (40) 94.1% 94.1% 92.4% 29.8 (40) 94.1% 94.1% 92.4% 37.3 (50) 94.1% 94.5% 93.0% 37.3 (50) 94.1% 94.5% 93.0% 44.8 (60) 94.5% 95.0% 93.6% 44.8 (60) 94.5% 95.0% 93.6% 56.9 (75) 94.5% 95.0% 93.6% 56.9 (75) 94.5% 95.4% 93.6% 74.6 (100) 95.0% 95.4% 93.6% 74.6 (100) 95.0% 95.4% 94.1% 93.3 (125) 95.0% 95.4% 94.1% 93.3 (125) 95.0% 95.4% 95.0% 112 (150) 95.4% 95.8% 94.1% 112 (150) 95.8% 95.8% 95.0% 149.2 (200) 95.4% 95.8% 95.0% 149.2 (200) 95.8% 96.2% 95.4% Minimum Power Factor at Full Load and Rated Voltage: 90 percent at 1200 RPM, 1800 RPM, and 3600 RPM. Power factor correction capacitors shall be provided unless the motor meets the 0.90 requirement without it or if the motor is controlled by a variable frequency drive. The power factor correction capacitors shall be able to withstand high voltage transients and power line variations without breakdown. Energy Efficiency of Small Motors (Motor Efficiencies): All motors under 746 W (1 hp) shall meet the requirements of the DOE Small Motor Regulation. Polyphase Open Motors Average full load efficiency Capacitor-start capacitor-run and capacitor-start induction run open motors Average full load efficiency Rating kW (hp) 6 poles 4 poles 2 poles Rating kW (hp) 6 poles 4 poles 2 poles 0.18 (0.25) 67.5 69.5 65.6 0.18 (0.25) 62.2 68.5 66.6 0.25 (0.33) 71.4 73.4 69.5 0.25 (0.33) 66.6 72.4 70.5 0.37 (0.5) 75.3 78.2 73.4 0.37 (0.5) 76.2 76.2 72.4 0.55 (0.75) 81.7 81.1 76.8 0.55 (0.75) 80.2 81.8 76.2 03-01-23 23 21 23 - 1 PART 3 - EXECUTION INSTALLATION If an installation is unsatisfactory to the COR, the contractor shall correct the installation at no additional cost or time to the Government. Follow manufacturer's written instructions for pump mounting and startup. Access/Service space around pumps shall not be less than minimum space recommended by pumps manufacturer. Provide drains for bases and seals for base mounted pumps, piped to and discharging into floor drains. STARTUP AND TESTING Perform tests as recommended by product manufacturer and listed standards and under actual or simulated operating conditions and prove full compliance with design and specified requirements. Tests of the various items of equipment shall be performed simultaneously with the system of which each item is an integral part. When any defects are detected, correct defects and repeat test at no additional cost or time to the Government. Verify that the piping system has been flushed, cleaned and filled. Lubricate pumps before startup. Prime the pump, vent all air from the casing and verify that the rotation is correct. To avoid damage to mechanical seals, never start or run the pump in dry condition. Field modifications to the bearings and or impeller (including trimming) are prohibited. If the pump does not meet the specified vibration tolerance, send the pump back to the manufacturer for a replacement pump. All modifications to the pump shall be performed at the factory. Ensure the existing strainer is free of debris prior to testing and balancing of the hydronic system. After several days of operation, clean the existing strainer with a. - - - E N D - - - 11-01-22 26 29 11 - 10 SECTION 26 29 11 MOTOR CONTROLLERS PART 1 - GENERAL DESCRIPTION This section specifies the furnishing, installation, connection, and testing of motor controllers, including all low- and medium-voltage motor controllers and manual motor controllers, indicated as motor controllers in this section, and low-voltage variable speed motor controllers. Motor controllers, whether furnished with the equipment specified in other sections or otherwise (with the exception of elevator motor controllers specified in Division 14 and fire pump controllers specified in Division 21), shall meet this specification and all related specifications. RELATED WORK Section 13 05 41, SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS: Requirements for seismic restraint for nonstructural components. Section 25 10 10, ADVANCED UTILITY METERING: For electricity metering installed in motor controllers. Section 26 05 11, REQUIREMENTS FOR ELECTRICAL INSTALLATIONS: Requirements that apply to all sections of Division 26. Section 26 05 19, LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES: Low-voltage conductors. Section 26 05 26, GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS: Requirements for personnel safety and to provide a low impedance path for possible ground fault currents. Section 26 05 33, RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS: Conduits. QUALITY ASSURANCE Quality Assurance shall be in accordance with Paragraph, QUALIFICATIONS (PRODUCTS AND SERVICES) in Section 26 05 11, REQUIREMENTS FOR ELECTRICAL INSTALLATIONS. SUBMITTALS Submit in accordance with Paragraph, SUBMITTALS in Section 26 05 11, REQUIREMENTS FOR ELECTRICAL INSTALLATIONS, and the following requirements: Shop Drawings: Submit sufficient information to demonstrate compliance with drawings and specifications. Include electrical ratings, dimensions, weights, mounting details, materials, overcurrent protection devices, overload relays, sizes of enclosures, wiring diagrams, starting characteristics, interlocking, and accessories. Certification from the manufacturer that representative motor controllers have been seismically tested to International Building Code requirements. Certification shall be based upon simulated seismic forces on a shake table or by analytical methods, but not by experience data or other methods. Manuals: Submit, simultaneously with the shop drawings, companion copies of complete maintenance and operating manuals, including technical data sheets, wiring diagrams, and information for ordering replacement parts. Wiring diagrams shall have their terminals identified to facilitate installation, maintenance, and operation. Wiring diagrams shall indicate internal wiring for each item of equipment and interconnections between the items of equipment. Elementary schematic diagrams shall be provided for clarity of operation. Include the catalog numbers for the correct sizes of overload relays for the motor controllers. If changes have been made to the maintenance and operating manuals originally submitted, submit updated maintenance and operating manuals two weeks prior to the final inspection. Certifications: Two weeks prior to final inspection, submit the following. Certification by the manufacturer that the motor controllers conform to the requirements of the drawings and specifications. Certification by the Contractor that the motor controllers have been properly installed, adjusted, and tested. APPLICABLE PUBLICATIONS Publications listed below (including amendments, addenda, revisions, supplements, and errata) form a part of this specification to the 2 extent referenced. Publications are referenced in the text by basic designation only. Institute of Electrical and Electronic Engineers (IEEE): 519-14..................Recommended Practices and Requirements for Harmonic Control in Electrical Power Systems C37.90.1-12.............Standard Surge Withstand Capability (SWC) Tests for Relays and Relay Systems Associated with Electric Power Apparatus International Code Council (ICC): IBC-21..................International Building Code National Electrical Manufacturers Association (NEMA): ICS 1-00(R2015).........Industrial Control and Systems: General Requirements ICS 1.1-84(R2020).......Safety Guidelines for the Application, Installation and Maintenance of Solid State Control ICS 2-00(R2020).........Industrial Control and Systems Controllers, Contactors, and Overload Relays Rated 600 Volts ICS 4-15................Industrial Control and Systems: Terminal Blocks ICS 6-93(R2016).........Industrial Control and Systems: Enclosures ICS 7-20................Industrial Control and Systems: Adjustable- Speed Drives ICS 7.1-14..............Safety Standards for Construction and Guide for Selection, Installation, and Operation of Adjustable-Speed Drive Systems National Fire Protection Association (NFPA): 70-23...................National Electrical Code (NEC) Underwriters Laboratories Inc. (UL): 508A-18.................Industrial Control Panels 1449-14.................Surge Protective Devices 61800-5-1-12............Adjustable Speed Electrical Power Drive Systems ---END--- Attachment B

Similar Opportunities

Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 10 Jul 2025 at 4 AM

Similar Awards

Center Kentucky 18 Sep 2019 at 5 PM
Location Unknown 23 Jun 2010 at 3 PM
Location Unknown 05 Sep 2014 at 3 PM