Federal Bid

Last Updated on 31 Jan 2019 at 9 AM
Sources Sought
Location Unknown

PUMP-3 STAGE VERTICAL TURBINE

Solicitation ID SPMYM219Q0709
Posted Date 20 Dec 2018 at 10 PM
Archive Date 31 Jan 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location United states
 

The Defense Logistics Agency (DLA) Maritime Puget Sound is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for:

 

1 each        PUMP

3 STAGE 4000 GALLONS PER MINUTE VERTICAL TURBINE PUMP

BRAND NAME OR EQUAL TO PUMP INDUSTRIES MODEL 18KKH

3 STAGE COMPLETE PUMP IN NI-AL-BRONZE BOWLS AND COLUMNS. DUPLICATE TO S/N 0110AMN00090-1/2.

TECHNICAL ORDERING DATA AS FOLLOWS:

The pump shall be mounted using a 48" square flat plate at least 15/8" thick. It shall have 8 holes of ¾" diameter for use with ½" anchor bolts. The corner holes shall be centered at 2" from each side, and the side holes shall be centered along the side and the center of the holes shall be back 2" from the edge.

The pump mounting shall include vibration dampening.

The pump head shall be provided with 2 lifting lugs at 180 degrees apart.

The pump outlet flange shall be a 16" 150# piping flange. The pump outlet flange face shall  be 24" from the pump centerline and in line with one side of the mounting plate. The centerline of the outlet flange shall be 18
½" above the bottom face of the pump mounting plate.
There shall be a ½" NPT gauge connection centered on top of the outlet piping before the outlet flange.

The motor shall be mounted to the pump housing that allows it to be rotated at 90 degree intervals with one being in line with the pump outlet piping.

The column sections shall be in 60" sections. These sections shall be constructed from nitronics
50 and be 16" diameter flanged with 3/8" wall thickness. They shall also include a drive shaft that is 2.188" diameter and also nitronics 50  material. Each column section shaft shall be connected with a coupling. Each column section shall be interchangeable with each other and be removable in order to use the pump with a different length.

The pump shall be coated with epoxy polymide amolcoate 90.

The bottom of the pump shall be 393 ½" from the mounting surface. The suction shall have an inlet screen that extends 11" from the bottom of the pump.

The pump performance at full speed shall provide 500 feet of head at 2500 gallons per minute, 485 feet of head at 3000 gallons per minute, 450 feet of head at 3500 gallons per minute, 410 feet of head at 4000 gallons per minute, 365 feet of head at 4500 gallons per minute, and 305 feet of head at 5000 gallons per minute.

The pump shall be driven by a 600 horsepower, Frame 5012VPZ, 1785 Full Load RPM, 460 Volts, 3 phase, 60 cycle electric motor rated for use with a variable frequency drive. It must be compatible with a Square D model number ISCDM27188382014 variable frequency drive.

The motor shall have an output shaft that is 2.625" diameter, 5.0" in length, a keyway width of 0.625", and a useable keyway length of 3.5". The motor face shall have a depressed face of 13.5" diameter.

The motor shall have a service factor of 1.15, a full load efficiency of 95.4%, a full load power factor of 89.9%, NEMA code letter G, and class "F" Insulation.

NEMA Nominal and Guaranteed Efficiencies shall be up to 3,300 feet above sea level and 25 C
ambient.

The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 333911.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposal; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to provide these items, please provide the following information:

 1) Organization name, address, email address, Web site address, telephone number, and business size and type of ownership for the organization, Vendor Cage Code; and,

2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability.  Organizations should address all of these areas identified.

If you have any questions concerning this opportunity, please contact: Jo Ann [email protected]

Bid Protests Not Available

Similar Past Bids

Hawaii 25 May 2017 at 12 AM
Location Unknown 03 Aug 2018 at 6 PM
Location Unknown 11 Feb 2015 at 12 PM
Location Unknown 17 Feb 2015 at 7 PM

Similar Opportunities