ENCLOSED SELF PRIMING DUPLEX PUMPING STATION SYSTEM
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: May 11, 2022 07:27 am EDT
- Original Response Date: May 18, 2022 09:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 4320 - POWER AND HAND PUMPS
- NAICS Code:
- 33391 - Pump and Compressor Manufacturing
- Place of Performance: Portsmouth , VA 23709USA
Description
The Defense Logistics Agency (DLA) Maritime Norfolk Naval Shipyard is issuing this sources sought as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for the below items.
Quantity of three (3) enclosed duplex pumping skids as described in the Scope of Work below.
STATEMENT OF WORK
NORFOLK NAVAL SHIPAYRD
PORTSMOUTH, VA 23709
Requirement Owner: Austen McClelland, Code 900F.13, Building 299, 757-506-4734
The Vendor shall supply the following unit as specified:
Qty 3 - TENCARV A Self-Priming Duplex Pumping System PIN TMC-DUP3796-4x4-30HPSHELTER
Pumps:
(2) Gould's Model 3796, Size 4x4-13, CD4mCu Duplex Stainless-Steel Construction, Solid 316 SST Shaft,
John Crane 5600 Diamond Faced Cartridge Seal, C-Face Frame Adapter, Fabricated Steel C-Face Base,
John Crane A-Series Coupling, Uni-Guard HDPE Machine Guard, I-Alert2 Bearing Condition Monitor.
Motors:
30 HP TEFC Severe Duty Motors, 1800 RPM. 286TSC Frame, 3/60/460V.
Control Panel:
Duplex pump control panel for 30hp, 460v, hand-off-auto switches, hour meters, duplex alternator, high
level alarm strobe and horn, horn silence pushbutton and (4) float switches.
Separators:
Rosedale model SEP-553 separator rated for 425 GPM @ 5 PSIG Differential. 316 SST Housing
Construction, 4" Pipe Size, 2" Drain Purge Size.
Enclosure:
8'x16'x8' Shelter Works "Freedom Series" Fiberglass shelter with 1.5" thick polyiso insulation for R-12
thermal value. White gel coat interior, Grey exterior. Long walls will have a double door and one short
wall facing the control panel will have a double door. Far wall will have piping extrusions. NEMA 4X
junction box to power lighting, receptacle, 115V AC, 2250W heater with thermostat. Schedule 80 PVC
conduit, wiring per NEC. (3) Weatherproof /LED 4' lights for interior, (2) weatherproof switches, (1) 18W
Exterior down light with photocell. Minimum 90 mph ground level wind rating.
Package and Piping:
Galvanized Base, 316SS Pipe and fittings, Discharge isolation and check valves, Control panel mounted
and wired, CAD approval drawing, Drain-lines installed for separators, Flow indicators for visual flow
confirmation, Suction and Discharge lines/connection, PVC sch 80 Conduit, Suction and discharge gauge
readings on exterior of enclosure, (1) 115V Meltric plug connection to power ancillary items such as
lighting and temperature controls, (1) 460V Meltric plug to power pump controls/motors, Lifting lugs
and forklift slots for transport.
Additional Requirements: Shipping to POU {NNSY, Portsmouth, VA 23709).
Delivery address is 1 Beaty Street, BLDG 276, Portsmouth, VA 23709. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 333911.
This Sources Sought notice is for informational and planning purposes only and shall not be construed as an obligation or commitment by the Government. This notice is strictly for market research purposes. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposal(s) or quotation(s). The purpose of this notice is to obtain information regarding the capability and availability of qualified businesses that are interested in and have the available resources to support the execution of this potential requirement. The Government is not obligated to and will not assume financial responsibility for any costs incurred, nor will the Government pay for any information received from potential sources as a result of this notice. Submission of any information in response to this notice is purely voluntary.
If your organization has the potential capacity and qualifications to provide these items or an equivalent, please provide the following information (at a minimum):
- Company Name
- Point of Contact
- Phone Number
- Email Address
- Cage Code
- Company Business Size Status
- Manufacturer (MFG) Information (if not the MFG)
- Manufacturer Business Size Status
- Statement of Capability
- Technical Information/Specifications
Interested parties are encouraged to submit a response to this notice via email by 09:00 a.m. (EST) on May 18, 2022 and include NNSY- VIOP EQUIPMENT UPGRADE in the subject line. Please send responses and any questions concerning this opportunity directly to: Jessica Martin at Jessica.Gonzales@dla.mil.
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING DIVISION (DLA-NMAB)
- PORTSMOUTH , VA 23709-5000
- USA
Primary Point of Contact
- Jessica Martin
- jessica.gonzales@dla.mil
- Phone Number 7573969953
- Fax Number 7573968119
Secondary Point of Contact
History
- Jun 02, 2022 11:55 pm EDTSources Sought (Original)