United States - Itt goulds 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
13 September 2019
Opportunity publication date
31 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 30, 2019 3:02 am

This is a combined synopsis/solicitation for services in which the government intends to acquire in accordance with FAR Part 13, Simplified Acquisitions Procedures. Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay Laboratories has a requirement for replacement pump assembly, shaft sections, bearing retainers, and bearings for Goulds model 11CLC4 stage vertical turbine pumps.

A. Background
Currently the Ted Stevens Marine Research Institute has four GOULDS 11CLC 4 stage stainless steel pumps for pumping raw seawater for use within our laboratory. Only two of the pumps are currently installed. All but one pump has suffered catastrophic failure due to advanced corrosion of the stainless steel and K-500 monel shafts, bearing retainer rings, impellers, and impeller keeper rings. This solicitation is for the purchase of a fiberglass reinforced plastic (FRP) vertical turbine pump as a replacement for the stainless steel pumps. It is our desire to pursue FRP for this solicitation. Offers of stainless or other pumps with metallic casings or impellers will not be evaluated.
B. Service Conditions and pump requirements
The pump shall be designed and constructed out of fiberglass reinforced plastic (FRP). The FRP parts shall include all non-rotating parts, with the exception of fasteners. The impellers and bearing retainers shall also be of FRP construction. Only the shaft, shaft couplings, and the required components to fasten rotating components to the shafts shall be metalic. Those metalic components that are in contact with seawater will be manufactured of a material such as stainless steel or k-500 Monel that will resist corrosion in this environment. The vendor should verify that the pump will support 625 US gpm at 1800 rpm at a design head of 230 ft (TDH)
C. Operating Conditions
-Design flow conditions: 625 US gpm
-Design head: 230 ft (TDH) from the impeller.
-Maximum allowable speed: 1800 RPM (No exception 3600 rpm unacceptable)
-Liquid to be pumped: Seawater - All pump components will be verified to be salt water compatible
-Pump length: 52.5 Feet
-Pump will be operated at a liquid level of between 16 and 40 ft
D. Pump Construction
1. Bowl assembly: The bowls shall be manufactured of fiberglass reinforced plastic.
2. Impellers: The impellers shall be constructed from FRP. They shall be free from defects and must be accurately cast, machined and filed for optimum performance and minimum vibration. They shall be securely fastened to the bowl shaft to prevent separation.
3. Shaft: The bowl shaft shall be constructed from 316L Stainless Steel or ASTM QQ-N-286-G type Monel 500. It shall be precision ground and polished with surface finish better than 40 RMS.
E. Column Assembly-Open Lineshaft
1. Column pipe: The column pipe shall be furnished in sections not exceeding a nominal length of 10 ft and shall be connected by flanges. The line shaft bearing retainer ring shall be installed between the flanges of adjacent column pipe sections. The inside diameter of the pipe shall be such that the head losses shall not be more than 5 feet per 100 feet of pipe or the flow velocity not to exceed 3 ft/sec based on rated flow of the pump.
2. Lineshaft: The lineshaft shall be of 316L Stainless Steel or ASTM QQ-N-286-G 416 Monel 500 ground and polished with surface finish not to exceed 40 RMS. They shall be furnished in interchangeable section not over ten feet in length, and shall be coupled with threaded stainless steel couplings (up to 2-15/16" diameter) machined from solid steel bar. It shall have left-hand thread to tighten during pump operation. The diameter of the shaft and coupling shall be chosen to support the length of the shaft and power of the pump motor..
F. Discharge Head Assembly
1. Discharge Head: It shall be of the high profile type to allow shaft coupled above stuffing box and provided for mounting the driver and support the column and bowl assemblies. It shall angle the discharge 90 degrees and be equipped with a stuffing box or mechanical seal.
G. Electric Motor
The motor shall be appropriately sized for the pump. The motor shall be a heavy duty induction type, NEMA Class B or Class F insulation with WP-1 enclosure, 1800 RPM vertical solid shaft motor, with a non-reverse ratchet (or self-release coupling) to prevent reverse rotation of the rotating elements. A thrust bearing of ample capacity to carry the weight of all rotating parts plus the maximum hydraulic thrust load under all conditions of operation calculated L10 life shall be no less than 8800 hours. Provision shall be made for momentary upthrust equal to 30% of the rated down thrust. The motor shall be suitable for use on 480 volt, three phase, 60 Hz electric service.
Shipping is FOB Destination:
17109 Pt. Lena Loop Road
Juneau, AK 99801

See attached Statement of Work for more information. 
 
All interested concerns must submit a quotation and documentation demonstrating the qualifications to provide services as described above within fifteen (15) days of the publication date of this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation has been issued. A firm-fixed order is anticipated to be issued in within 24 hours of closing date and time. All responses must be in writing and delivery to fax number (907)789-6004 attention to Heather Mahle, email to heather.mahle@noaa.gov, or provide to address indicated in solicitation.

Faxed or Emailed Correspondence or Response to Solicitation should reference solicitation # ABL-19091, in the Subject line to ensure it is received successfully.
This is a simplified acquisition with an estimated value of less than $150,000.00. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far
*** All contractors doing business with this Acquisition Office must be registered and active in the System for Award Management (SAM). No Award can be made unless Cotnractor/Vendor is registered and active in SAM. For additional information visit www.sam.gov. In order to register with SAM and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505.
Official Solicitation, any Amendments, or updates can be found at www.fbo.gov, listed under solicitation # ABL-19091.

Opportunity closing date
13 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Commerce National Marine Fisheries Service 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?