United States - 12 Inch Dewatering Pumps

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 August 2019
Opportunity publication date
08 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 07, 2019 11:13 am

The U.S. Army Corps of Engineers, Jacksonville District 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 this requirement for two (2) 12-inch Dewatering Trash Pumps. 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 333996 with a size standard of 1,250 employees.

There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the ENTIRE Contractor Community, to include Other than Small Business, Small Business, Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors.
Description of Services: USACE Jacksonville District requires two (2) 12-inch dewatering pump systems. Each system shall include: one (1) 12" submersible trash pump head; one (1) trailer mounted hydraulic power unit with Tier IV diesel engine; one (1) hydraulic line set 50' in length with quick connect fittings; and one (1) set of discharge piping as described below. The pump systems will be used to dewater navigation locks throughout the state of Florida. The locks are fresh, brackish, and saltwater depending upon location. The maximum vertical discharge height from the bottom of the structures to the top of the lock gates is 32'.
Each pump head, power unit, and line set shall be trailer mounted for transportation. The mounting trailers shall be DOT (Department of Transportation) approved with diamond plate fenders, cushioned suspensions, pintle hitches, tow crossbars, stabilizing jacks, and hydraulic brakes. The pump engines shall at least be 4-cylinder, water-cooled, and Tier IV diesel powered with a fuel capacity sufficient to provide a minimum operating time of 30-hours at full load. Standard pump equipment shall include, but not be limited to, lifting ball provisions, locking provisions for battery and fuel cap, integral fuel tank cleanouts and drain ports, suction strainers, and fuel and vacuum gauges.
The pumps, at minimum, shall have inlet and outlet diameters of 12". Hydraulic hose lengths for the pumps, in and out of the units, shall be at least 50' in length.
Pump Characteristics at 68oF, 1 atmosphere pressure, and fresh water S.G. of 1.00
Pump Size 12"
Performance (minimum) 4,000 GPM @ 35' TDH
Engine Tier IV 4-cylinder water-cooled
Fuel Type Diesel
Trailer Mounted (Y/N) Y
Inlet/Outlet Hydraulic Hose Length (minimum) 50'
Solids Handling (minimum diameter) 3"
Discharge Horizontal or Vertical
The discharge piping set shall be made of various lengths of flanged pipe to accommodate different vertical lift and horizontal discharge configurations at each of the structures. Short straight pipe sections shall have a minimum length not less than 4' and not more than 6'. Long straight pipe sections shall have a minimum length not less than 8' and not more than 12'. The total length of straight piping for each system will be no less than 50'. For each pump system, at least one 90-degree elbow is required to transition from the vertical lift to a horizontal discharge. For each system with a horizontal pump head discharge a 90-degree elbow is required to transition to vertical lift. Sufficient assembly hardware and gasket material will be supplied to assemble all sections of discharge piping.
Objective & Scope: The primary objective of this requirement is to dewater navigation locks throughout the state of Florida by positioning these hydraulic power units on land at the edge of the lock structure, or on a barge immediately up/downstream of the lock structure.
Delivery is needed within 90 days of award. Delivery shall be accomplished during regular work hours, 8:00 AM to 5:00 PM Monday through Friday to the USACE Office in Clewiston, FL. The Government shall test 100% of the materials delivered on-site.
This sources sought synopsis is not a request for competitive offers and no solicitation package is available. However, firms that believe they can provide the requested services may submit substantiating documentation in writing within ten (10) business days of this notice. Documentation will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Oral communications are not acceptable in responses to this notice.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this synopsis by 21 August 2019 at 3:00PM Eastern Standard Time (EST). All responses under this Sources Sought Notice shall be emailed to Mrs. Samantha LaGue at samantha.r.lague@usace.army.mil, and Mr. James Tracy at james.t.tracy@usace.army.mil.
A firm's response to this synopsis shall be limited to 10 pages and shall include the following information:
• Firm's name, address, point of contact, phone number, website, and email address.
• Firm's interest in bidding on the solicitation when it is issued.
• Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past three (3) years: This may and should be tailored specifically to the project.
• Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least three (3) examples.
• Firm's Business category and Business Size - Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category (i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone).
• If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential.
Prior Government contract work is not required for submitting a response under this sources sought synopsis.
You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, go to www.sam.gov.
If you have any questions concerning this opportunity, please contact: Mrs. Samantha LaGue at (904) 232-1032 or Mr. James Tracy at (904) 232-2107.

Opportunity closing date
21 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, Jacksonville United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?