The RFP Database
New business relationships start here

Replace Submersible Pumps


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, REQUEST FOR QUOTES, OR INVITATION FOR BIDS.  NO AWARD WILL RESULT FROM THIS NOTICE.
The 9th Contracting Squadron is conducting a MARKET SURVEY for a Total Small Business Set Aside to determine the availablilty and capability of small businesses capable of removing and replacing submersible motor pumps.

The existing pump is a J-Line Submersible Turbine Pump model 10YC-7. 
1. Material of construction:
 a. Bowl: Cast Iron
 b. Impeller: Bronze
 c. Bowl Shaft: 416 SS
 d. Shaft Coupling: Steel
 e. Bowl Bearings: Bronze
 f. Strainer: SS
2. Pump
 a. Type: Submersible
 b. GPM: 1,000
 c. Model: 10YC-7
 d. TDH - 210
3. Motor
 a. HP: 75
 b. RPM: 1800
 c. Phase: 3
 d. Hertz: 60
 e. Voltage: 460
4. Cable
 a. #2-3
 b. Length: 175 ft
 c. Type: Flat Jakcet
5.  Discharge Elbow
 a. Base Plate: CI
 b. Diameter Bolt Circle: 1inch
 c. Bolt Holes: 4
 d. Diameter Flange: 19 inches
6. Riser
 a. Pipe Size 8 inches
 b. Section Length: 20 feet

The North American Industry Classification System (NAICS) Code is 333911 and the business size standard is 500 Employees.  It is the intent of the Government to identify small businesses that can provide services to remove and replace exisiting submersible motor/pumps to the 9th Civil Engineering Squadron.  However, this Sources Sought is a MARKET SURVEY for Small Business Set Aside to determine the availablility and capability of small businesses capale of removing and replacing three exisitng submersible motor/pumps on Beale AFB, California.

The contractor shall remove and replace the three existing submerisble motor/pump assemblies at the following facilities: 8911, 8912, 8999 (Wells 1,2 & 9).  Each well will be inspected and a complete well evaluation report of the current condition of all components at each facility will be submitted before pump/motor assemblies are replaced.  POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE.

The contractor must include the following in their Capability Statement:
1.  Company name, address, phone number, and email address
2.  NAICS Code and Certification of Business Size
3. Duns and Bradstreet Number (DUNS)
4.  Staff Expertise, including their availability, experience, and formal and other training  
5.  Current in-house capability and capacity to perform work
6. Provide at least three, but no more than five prior completed projects of similar nature, references, and other related information, within the past three years
7.  Corporate experience and management capability

The capability statement os limited to 10 pages in size and must reference the Sources Sought Number F1H3AF4148A005.  All responsible sources may submit a Capability Statement, which if recieved  timely shall be considered by the Government. 

All Capability Statements are due no later than 1:00 PM PST (Pacific Standard Time), 27 Aug 2014. Capability Statements may be emailed to SrA Tyler Ingalls at tyler.ingalls@us.af.mil

DISCLAIMER AND IMPORTANT NOTES:  This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.  The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.  Any organization responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work.  Respondents are advised that the Government is under no obligation to acknowledge reciept of the information recieved or provide feedbak to respondents with respect to any information submitted.  After a review of the responses recieved, a pre-solicitation synopsis and solicitation may be published on the Federal Business Opportunities website.  However, responses to this notice will not be considered adequate responses to a solicitation.  No Proprietary, Classified, Confidential, or Sensitive information should be included in your response.  The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

Tyler J. Ingalls, Contract Administrator, Phone 5306343410, Fax 5306343311, Email tyler.ingalls@us.af.mil - Sandra Siiberg, Contracting Officer, Phone 5306343401, Fax 5306343311, Email sandra.siiberg.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP