Search Contract Opportunities

Submersible Pumps   2

ID: W912ES24Q0015 • Type: Synopsis Solicitation

Description

SUBMERSIBLE
PUMPING EQUIPMENT

PART 1 GENERAL
1.1.1 SCOPE: This section covers the requirements to supply three (3) electric, portable, submersible,
trash type pumps for the dewatering work at Lock and Dam 2.
1.2 APPLICABLE PUBLICATIONS: The following publications of the issues listed below, but referred
to thereafter by basic designation only, form a part of this section to the extent referenced:
1.2.1 American Society for Testing and Materials (ASTM):
A27 (2020) Steel Castings, Carbon, for General Application.
A 36 (2019) Structural Steel.
A 48 (2021) Gray Iron Castings.
A 276 (2017) Stainless and Heat-Resisting Steel Bars and Shapes.
A 285 (2017) Pressure Vessel Plates, Carbon Steel, Low and Intermediate Tensile
Strength.
A 516 (2015) Pressure Vessel Plates, Carbon Steel, for Moderate and Lower
Temperature Service.
A 564 (2019) Hot-Rolled and Cold-Finished Age-Hardening Stainless and Heat-
Resisting Steel Bars and Shapes.
A 576 (2017) Steel Bars, Carbon, Hot Rolled, Special Quality.
A 668 (2020) Steel Forgings, Carbon and Alloy, for General Industrial Use.
B 148 (2018) Aluminum-Bronze Sand Castings.
B 584 (2014) Copper Alloy Sand Castings for General Applications.
1.2.4 National Fire Protection Association (NFPA):
No. 70 (2020) National Electrical Code (NEC).
1.3 SUBMITTALS: Government approval is required for the following submittals:
1.3.1 Shop Drawings including catalog cuts and manufacturer's data, shall be submitted for approval.
Shop drawings shall be neat, legible, and of sufficient size to be easily read and/or reproduced.
The following items shall be submitted:
a) Outline drawings of proposed pumps showing all pertinent dimensions and weight of the
various components of the pumps. A listing of previous pumps produced, and their installation
locations shall be furnished. A description of the pump service facility and location shall be
submitted.
b) Dimensioned cross-sectional drawings of the pumps and components and motors. Motor data
shall be furnished that shows dimensional data and operating speed. Wear ring system shall be
indicated. Bearing system and bearing life data shall be provided. Pump shaft seal system shall
be submitted.
c) The proposed coating (painting) systems and procedures for the pumps and components.
d) Factory certified pump capacity-head curves shall be provided with the brake horsepower
(BHP) and the net positive suction head required (NPSHR) requirements presented; operating
points shall be indicated. Efficiency data shall be plotted.
e) Warranty. A copy of the pump warranty for each pump provided shall be submitted.
f) Discharge Elbow and floor stand. Submit material and dimensional data.
g) Motor controllers and starters and disconnects.
1.3.2 Installation and Erection Instructions: The Contractor shall submit five copies of a printed and bound
manual describing the procedures, to be followed for erecting, assembling, and installing the pumps. The
proposed manuals shall be submitted with the pump shop drawing submittals. It shall describe all special
procedures and outline special precautions. It shall also include such things as bolt torque values,
permissible wear ring clearances, recommended instrument set-ups, recommended gages and
instruments, bearing clearances, and similar details.
1.3.3 Operation and Maintenance Manual: The Contractor shall submit, prior to delivery of any pumps,
manuals containing complete information in connection with the operation, lubrication, adjustment, routine
and special maintenance, disassembly, repair, and re-assembly of the pumps and accessories. A total of 5
copies shall be submitted. The manual shall also have a listing of special tools required for working on the
pumps. The manual shall include complete diagnostic information on the pumps and all approved shop
drawing submittals on the pumps.
1.3.3.1 Parts list: The operation and maintenance manual shall have a complete parts list for the pumps.
The list shall clearly show all details and parts, and all parts shall be adequately described and have
identification markings and include sources for all parts.
1.3.3.2 Manuals shall be made up with hard cover post type binders or 3-ring binders and printed on
8-1/2 x 11 paper with indexed, tabbed section dividers. Large sheets shall be neatly folded and installed
with post hole reinforcements such that sheets can unfold without need to open binder posts. Drawings,
sketches, and parts lists incorporated in the manual may be reduced to page size provided such reductions
are clear and easily legible, otherwise they may be folded into the manual.
PART 2 PRODUCTS
2.1.2 Standard Products: All pumps supplied shall be the product of a pump manufacturer who has
produced at least 200 units of the same style pump required under this contract. Half of these units shall
have been operating in the United States for at least five years prior to the contract award date. A record
of this shall be furnished as a shop drawing. All pumps furnished under this contract shall be from the same
pump manufacturer.
2.1.3 Service Availability. The pumps furnished shall be supported by a service organization. Service and
parts shall be available within 300 miles of the Minneapolis, Minnesota area. This information shall be
provided in a shop drawing.
2.1.5 Nameplates: Each major item of equipment shall have the manufacturer's name, address, type/style,
model, serial number, and catalog number on a plate secured to the item of equipment. Nameplates shall
be made of corrosion resisting metal with raised or depressed lettering on a contrasting-colored
background.
2.1.6 Instruction Plates: As necessary, each item of equipment shall be equipped with suitably installed
instruction plates including warnings and cautions describing special and important procedures to be
followed during starting, operating, and servicing the equipment. The plates shall be made of corrosion
resisting metal with raised or depressed lettering on a contrasting-colored background.
2.2 MATERIALS:
2.2.1 Materials not specifically described shall, as far as practicable, conform to the latest approved industry
standard(s) covering the appropriate class or types of materials.
2.2.2 Designated items shall conform to the following:
Item Requirements
Cast Iron ASTM A 48, Class No. 30A, 30B and 30C
Cast Steel ASTM A 27, Grade 65-35, annealed.
Copper Alloy Castings ASTM B 584, Alloy No. C93700 or C86300
Structural Steel ASTM A 36
Cold Rolled Steel Bars ASTM A 108, Minimum Working Strength 65,000
pounds per square inch
Hot Rolled Steel Bars ASTM A 576, Grades: G10200, G10450, G11410
Hot Rolled Stainless ASTM A 564, Grade 517400
Bars and Shapes:
Steel Plates, Structural ASTM A 285, Grade B
Steel Plates, Pressure ASTM A 516, Grade 55
Vessel
Steel Forgings ASTM A 668, Class F
2.2.3 Discharge Elbows. Each pump shall have a pump discharge elbow furnished. The elbow shall be a
flanged, 90 long radius, 8-inch discharge.
2.2.4 Stands. Each trash pump shall come equipped with a stand capable of supporting the pump and
discharge elbow. The stand must allow the pump assembly to be positioned flat on the lock floor. Floor
stand size shall be minimized to extent possible to save space. These pumps will be installed by the
Government next to other pumps in a sump area of the lock.
2.3 ELECTRIC SUBMERSIBLE PUMPS:
2.3.1 Portable Trash Pump Requirements. The Contractor shall supply a portable trash pump. The pumps
shall be the electric, centrifugal, submersible type with closed non-clog impellers. Pumps shall be 8-inch
diameter. Each pump shall be capable of pumping solids up to 3" in diameter. Pumps shall be capable of
pumping solids and suspended solids including sand and debris commonly found in river water.
2.3.2 Pump Quantities, Capacities, and Total Dynamic Head (T.D.H): Pump Quantity, capacities, and
required pumping head as follows:
Quantity Pump Capacity Total Dynamic Head in Feet of Water (T.D.H)
Three (3) 2500 gpm 40
(1) Primary condition point: Discharge not less than pump size stated against a Total Dynamic
Head in Feet of Water (TDH) as stated. Pumps shall be minimum 75% overall efficient at the
condition point stated above. The Net Positive Suction Head (NPSH) required by the pump, at
any point throughout the range of capacities and heads against it will operate, shall not be more
than the NPSH available. The NPSH available shall be computed at the site elevation for
Minneapolis, Minnesota and a water temperature of 75-85 degrees Fahrenheit.
2.3.3 Speed: The speed of the pumps shall not exceed values stated below. Pumps will be rejected if
speeds exceed these values.
Pump Size Speed
2500 gpm 1200 RPM
2.3.4 Pump casings: Pump casings shall be made of ASTM A 48, Class 30, cast iron. The casing shall be
of single piece design and shall have smooth fluid passages.
2.3.5 Nuts and bolts: All bolts used in assembling each pump and its supporting members shall be of
corrosion resisting steel and shall be hexagonal type. Stainless steel cap screws conforming to ASTM A
276, Type 316, and used with silicon bronze nuts or stainless-steel nuts, will be permitted as will silicon
bronze cap screws with tapped casting holes.
2.3.6 A wear ring system shall be installed to provide efficient sealing between the volute and impeller. The
wear ring shall consist of a stationary ring made of bronze insert press-fitted into the volute inlet, and a
rotating stainless-steel ASTM A276, Type 316 ring force-fitted into the impeller runner.
2.3.7 Impellers: Impellers shall be gray cast iron conforming to ASTM A48 Class 30, or of aluminum bronze
conforming to ASTM B 148 Grade D; and non-clogging design having a long thrulet without acute turns.
The impellers shall be capable of handling solids found in stormwater such as trash and fibrous materials.
Impellers shall be capable of passing 3 solids. Impellers shall be capable of handling suspended solids
such as sand and debris commonly found in river water.
2.3.7.1 Minor surface imperfections shall be filled and/or ground down as necessary to preserve the correct
contour and outline of the impeller and restore the surface imperfections to the same degree of finish as
the surrounding surfaces. Surface pits, depressions, projections, or overlaps showing greater than 1/16 of
an inch variation from the general contour for that section shall be corrected.
2.3.8 Shafts and Seals: Pump and drive shaft shall be a single combined shaft. The pump shaft and drive
shaft shall be of ASTM A276, Type 420 stainless steel or an alternate stainless steel, as approved, and
shall be completely isolated from the pumped liquid. Carbon steel pump shafts with a stainless-steel sleeve
will not be acceptable.
2.3.9 The pump shall be provided with a tandem mechanical rotating shaft seal system. Seals shall run in
an oil reservoir. Lapped seal faces must be hydrodynamically lubricated at a constant rate. The lower seal
unit, between the oil sump and the volute, shall contain the following:
Lower Seal Unit: One stationary silicon carbide and one positively driven
silicon carbide rotating ring.
The upper seal unit, between the motor housing and oil sump, shall contain:
Upper Seal Unit: One positively driven silicon carbide rotating ring and one
stationary silicon carbide seal.
Alternate seal materials will not be accepted. Positively driven means the rotating seal is driven from the
shaft by virtue of a mechanical connection (i.e., set screw, clip, key, etc.). The use of an elastomeric sealing
member driving the seal face by friction on the shaft surface shall not be permitted. Each seal interface
shall be held in contact by its own spring system. The seals shall require neither maintenance nor
adjustment but shall be easily inspected and replaceable. Shaft seals without a positively driven rotating
member or conventional double mechanical seals containing a common single spring acting between the
upper and lower unit shall not be accepted. Each pump shall be provided with an oil chamber for the shaft
sealing system. The oil chamber shall be designed to assure that air is left in the oil chamber, to absorb the
expansion of the oil due to temperature variations. The drain and inspection ports, with positive anti-leak
seal, shall be easily accessible from the outside of the pump.
2.3.10 Bearings: The pump shaft shall rotate on at least two permanently lubricated bearings. The upper
bearing shall be the angular contact ball type and the lower bearing shall consist of two or more rows of
angular contact ball bearings. Each bearing shall have a minimum B10 bearing life (100,000 hours). The
bearing life data shall be shown in a shop drawing.
2.3.11 Pump Lifting System: Each furnished pump shall be equipped with a lifting bar to facilitate handling.
The lifting bars shall be manufactured of stainless steel. The bar shall be so designed and arranged to allow
safe handling of the pump as required during shipping, installation, and maintenance.
2.3.12 Cooling System: Each pump unit shall have an adequately designed cooling system, consisting of a
water jacket which encircles the stator housing. The water jacket shall be provided with a separate
circulation of the pumped liquid. Cooling media channels and ports shall be non-clogging by virtue of their
dimensions. All cooling paths or ports shall be internal to the pump and motor water jacket to preclude
clogging or physical abuse. Cooling system shall be designed to allow for continuous pump operation at
rated capacity with the external water level at the minimum pump submergence level.
2.3.13 Torsional Vibration and Critical Speeds: The assembled pumping unit, consisting of the motor and
pump shall be free of critical speeds or harmful torsional vibrations at all speeds encountered within the
operating range.
2.3.14 Painting: Pump exteriors shall be painted with a PVC epoxy primer and a chloric rubber paint or
epoxy paint or manufacturer's standard paint system, as approved.
2.3.15 Electrical: Pump motors shall be squirrel-cage, induction, shell type design, housed in an air-filled
watertight chamber, and NEMA Design B type. Oil filled motors will not be acceptable. The pump unit and
motor unit shall be closed coupled to form a single integral unit. The stator winding and stator leads shall
be insulated with moisture resistant Class F insulation which will resist a temperature of 155 oC. The stator
shall be dipped and baked three times in Class F varnish. The motor shall be designed for continuous duty,
capable of sustaining a minimum of ten starts per hour. The rotor bars and short circuit rings shall be made
of copper or aluminum. Thermal switches shall be embedded in the stator lead coils to monitor the
temperature of each phase winding.
2.3.15.1 Rating: Each motor shall be wound for 3-phase, 60 Hz, alternating current, and 480-volt operation.
The motor shall be designed for operation in a 20 C ambient temperature and all temperature rises shall
be above this ambient temperature. The rated horsepower of the motor shall be not less than 110 percent
of the determined maximum load requirement for the full capacity-head curve of the pump. The motor shall
have a service factor of 1.15. The temperature rise above the ambient temperature for the class of insulation
used shall be in accordance with paragraph MG 1-12.42 of NEMA MG 1.
2.3.16 Pump cables: Each pump shall be supplied with 100' of electrical cable. Each motor cable shall be
suitable for submersible pump application and such information shall be indicated by a code or legend
permanently embossed on the cable. Cable sizing for pump motors shall conform to NFPA No. 70.
2.3.16.1 Cable entry: The cable entry water seal design shall preclude specific torque requirements to
insure a watertight and submersible seal. Cable entry system shall be the same for both the power and
control cables. The cable entry shall be comprised of a single cylindrical elastomer grommet, flanked by
washers, all having a close tolerance fit against the cable outside diameter and the entry inside diameter.
The assembly shall bear against a shoulder in the pump top. The cable entry junction chamber and motor
shall be separated by a stator lead sealing gland or terminal board, which shall isolate the motor interior
from foreign material gaining access through the pump top. The junction chamber, containing the terminal
board, shall be sealed from the motor by elastomeric compression seal O-ring. Connection between the
cable conductors and stator leads shall be made with threaded compressed type binding post permanently
affixed to a terminal board and shall be made leak proof.
2.3.17 Alarms: The following alarm features shall be provided:
a) Over temperature alarm: The motor over temperature alarm circuit shall be actuated by three
thermal sensors embedded in the stator windings of the pump motor (one switch in each stator
phase). The pump motor shall stop on over temperature and not restart until the over temperature
alarm is manually reset and the motor temperature has cooled to the appropriate temperature.
b) Overload alarm: The motor overload circuit on the pump motor shall stop the motor upon
overload and not restart until the overload condition is corrected and manually reset.
c) Lower seal failure alarm: Leakage sensor shall be provided in the oil chamber. The sensor
shall activate an alarm when water concentration exceeds 30%.
d) Stator Leakage Sensor: Sensor shall activate an alarm and stop the motor when any water is
detected.
2.3.18 Pump Interface Modules. Pump supplier shall furnish any electrical interface modules necessary
for the pump sensors to communicate with the control system. Interface modules shall be adaptable to
any type of standard control system. Interface modules shall be match marked to each pump.
2.3.19 Float Switches. Provide each trash pump with attached float switch. Float switch shall be on-off
only.
2.3.20 Motor Controllers with Disconnect Switch. The trash pump unit shall be equipped with a motor
controller with integral disconnect switch. The motor controller shall include starters and be Full Voltage
Non-Reversing single speed type. One controller for each pump.
2.3.21 Controller Features. Controllers shall have on/off selector switch. Switch shall be of the heavyduty,
oil-tight type; rated 600 volts ac. Contacts shall be rated for 10 amperes. Provide switch with
escutcheon plate clearly marked to show operating positions On and Off . Motor overload protective
devices and power monitor devices shall be connected in motor control circuit in "On" position.
2.3.21.1 The motor controller shall include a manually operated, lockable, non-fused switch which
disconnects motor from power supply source. Provide disconnecting means capable of being locked out
to prevent unexpected startup or release of stored energy in accordance with 29 CFR 1910.147. Motor
Controller enclosure shall be type 3R as specified in NEMA 250.
2.3.22 Controller Requirements. The motor control shall include a 120-volt ac control relay. Relay shall
be of the electrically operated, magnetically held, self-reset, open type, suitable for mounting inside the
motor controller enclosure. Contacts shall be rated for 10 amperes. Motor controller shall be provided
with three NEMA Class 20 thermal overload relay protection, one in each phase of the motors. Size of
the Overload protective heater elements to be installed shall be based on motor nameplate data and shall
include a manual reset-type pushbutton on outside of motor controller case.
2.3.22.1 The motor controller shall have a magnetic type undervoltage protection, size 3 contactor and
shall have one spare normally open and one spare normally closed auxiliary contact that do not share
common electrical connections. Motor control wire shall be stranded tinned copper switchboard wire with
600-volt flame-retardant insulation Type SIS meeting UL 44, or Type MTW meeting UL 1063. Hinge wire
shall have Class K stranding. The minimum size of control wire shall be No. 14 AWG. Power wiring for
480-volt circuits and below shall be of the same type as control wiring and the minimum size shall be No.
12 AWG. Special attention shall be given to wiring and terminal arrangement on the terminal blocks to
permit the individual conductors of each external cable to be terminated on adjacent terminal points.
Control circuit terminal blocks for control wiring shall be molded or fabricated type with barriers, rated not
less than 600 volts. The terminals shall be removable binding, fillister or washer head screw type, or of
the stud type with contact and locking nuts. The terminals shall be not less than No. 10 in size and shall
have sufficient length and space for connecting at least two indented terminals for 10 AWG conductors to
each terminal. The terminal arrangement shall be subject to the approval of the Contracting Officer and
not less than four (4) spare terminals or 10 percent, whichever is greater, shall be provided on each block
or group of blocks. Modular, pull apart, terminal blocks will be acceptable provided they are of the
channel or rail-mounted type.
2.3.22.2 Load terminal blocks rated not less than 600 volts and of adequate capacity shall be provided for
the conductors for NEMA Size 3 motor controllers and for other power circuits, except those for feeder tap
units. The terminals shall be of either the stud type with contact nuts and locking nuts or of the removable
screw type, having length and space for at least two indented terminals of the size required on the
conductors to be terminated.
For conductors rated more than 50 amperes, screws shall have hexagonal heads. Conducting parts
between connected terminals shall have adequate contact surface and cross-section to operate without
overheating. Each connected terminal shall have the circuit designation or wire number placed on or
near the terminal in permanent contrasting color.
2.4 SPARE PARTS AND SPECIAL TOOLS:
2.4.1 The Contractor shall furnish all specials tools that are unique to the pump for proper installation,
testing, operation, and/or maintenance. Special tools shall be delivered with the pumps. Provide two sets
of any special tools.
2.4.2 Spare Parts: All spare parts shall be duplicates of the original parts furnished and shall be
interchangeable with those parts. The Contractor shall furnish at a minimum the following spare parts:
(a) One complete set of seal assemblies (upper and lower) for one 2500 gpm pump.
(b) One complete replacement set of: wear rings, stationary and rotating for one 2500 gpm pump.
(c) One complete replacement set of O-rings for one 2500 gpm pump.
PART 3 EXECUTION
3.1 FABRICATION AND MACHINING:
3.1.1 Machine Work: All tolerances, allowances, and gauges for metal fits between plain, non-threaded
cylindrical parts shall conform to ASME B4.1 for the class of fit required.
3.1.2 Castings: Each casting shall have a mark number cast or stamped upon it. In addition, each casting
weighing more than 500 pounds shall have the heat number cast or stamped upon it. Warped or otherwise
distorted castings that are oversize to an extent that could interfere with proper fit with other parts of the
machinery or structure will be rejected. Cracked castings of non-weldable materials (i.e., cast iron, etc.) will
be rejected. Repairs to castings shall not be made without prior approval.
3.1.2.1 Casting repair: Castings shall have all unsound material or defects removed by chipping, machining,
air-arc gouging, or grinding; and shall be repaired by welding. Welding repairs shall conform to the welding
procedures which shall have been submitted and approved for the type material involved. Stress relief
annealing, where required, shall be accomplished prior to final machining.
3.1.3 Bolted Connections: Bolts, nuts, and washers shall conform to the applicable requirements of
PARAGRAPH: MATERIALS AND MATERIAL STANDARDS for the types required.
3.1.4 Holes for regular bolts shall be drilled or sub-drilled and reamed in the shop. Holes shall be accurately
located, smooth, perpendicular to the member, and cylindrical.
3.1.5 Holes for fitted bolts shall be match-reamed or drilled in the shop. Holes shall be smooth,
perpendicular to the member, and cylindrical. Burrs resulting from reaming shall be removed. The threads
shall be entirely outside of the holes. The body diameter of the bolt shall have tolerances as recommended
by ASME B4.1 for the class of fit required. Fitted bolts shall be fitted in reamed holes by selective assembly
to provide an LN-2 fit.
3.1.6 Holes for high-strength bolts shall be accurately spaced, perpendicular to the member, and cylindrical.
If the thickness of the material is greater than the diameter of the bolt, the holes shall be either drilled full
size or shall be sub-drilled and then reamed to full size. Poor matching of holes will be cause for rejection.
Drifting done during assembly shall not distort the metal or enlarge the holes. For slight mismatching,
reaming to a larger diameter for the next standard size bolt will be allowed.
3.2 FACTORY TEST:
3.2.1 General: All pumps provided shall be factory tested and have certified factory test curves. No pumps
shall be delivered to the project work site until the factory testing has been completed for that pump and
the Government has accepted the factory test results. Testing shall be in accordance with HI "Standards
for Centrifugal, Rotary and Reciprocating Pumps".
3.2.2 Performance Test: The test shall be sufficiently extensive and complete to demonstrate that the
proposed pump operates without instability and complies with the required performance. Compliance with
the contract requirements will be determined from the curves required below. The temperature of the water
used for testing shall be approximately the same for all test runs.
3.2.3 Pump performance: The performance of the furnished pumps shall be determined by a series of test
points sufficient in number to develop a constant speed curve over the range of total heads, from 5.0 feet
to 50.0 feet (or to shut off head) inclusive, for the speeds involved. Tests shall be made using specified
heads and a suction water elevation above the motor. Head differentials between adjacent test points shall
not exceed 2.0 feet. If the plot of the data indicates a possibility of instability in the head versus capacity
curve, a sufficient number of additional points shall be made to clearly define the head-capacity
characteristics.
3.2.4 Test results: The results of the tests shall be plotted to show total head, brake horsepower, net positive
suction head required, and efficiency as ordinates; all plotted against the pump discharge in gallons per
minute as the abscissa. The above curves shall be plotted to a scale that shall permit reading head directly
to five-tenths of one foot, capacity to 100 gallons per minute, efficiency to one percent, and power input to
2 horsepower. Net positive suction head required data may be based on original design data or previous
test information.
3.2.5 Test Report: Each test report shall include as a minimum the following:
(a) A description of test procedure used.
(b) A discussion of test results.
(c) Conclusions.
(d) Copies of all recorded test data.
(e) Curves showing performance of furnished pump.
3.3 SHIPPING AND DELIVERY:
3.3.1 The Government work force shall be responsible for the installation and operation of the portable
trash pumps.
3.3.2 Delivery. By November 14, 2023, the Contractor shall deliver all materials required by the provisions
of this contract to:
Mississippi River Lock and Dam 2
1350 Lock and Dam Road
Hastings, MN 55033
3.3.3 Acceptance. Payment for pumping equipment shall be made upon acceptance at the designated
point of shipment. Within five calendar days after delivery to the designated point of shipment, the items
shall be inspected by the Government. The inspection shall include an accounting of the items delivered
and a visual inspection to determine any possible damage during shipment. If this inspection reveals any
defects or deviations from contract requirements which could render the items unsuitable for the use
intended, the Contractor shall repair each such identified deficiency. In the event deficiencies cannot be
acceptably corrected, the equipment will be subject to rejection.
3.3.4 Packaging and Marking: The Contractor shall insure to have the pumps delivered as completely
assembled and wired as feasible to minimize site installation work. The manufacturer's standard packing
method, as approved, for the pumps shall be submitted at least 10 calendar days prior to the shipping date.
Items to be shipped shall be protected against moisture or water damage and always kept dry. The pumps
shall be crated to protect them from damage during shipment and storage: crating shall allow vertical
storage. Any relay or other device which cannot withstand the hazards of shipment when mounted in place
shall be carefully packed and shipped separately.
3.3.5 Spare Parts and Special Tools: Spare parts and special tools shall be packed separately using the
manufacturer's standard packing method as approved. Spare parts shall be clearly labeled and marked.
3.3.6 Packing Lists: Packing lists shall accompany all items shipped and be placed in moisture-proof
containers securely fastened to the side of each item. Two copies of each packing list shall be submitted
to the Government at least ten calendar days prior to each shipment date.
3.4 PUMP WARRANTY
3.4.1 Pumps shall be covered under a 5-year industry standard warranty. Warranty period shall start from
the date of delivery. Parts and Labor shall be covered for 2-1/2 years and parts only for an additional 2-1/2
years.

Background
This contract is for the supply of three (3) electric, portable, submersible trash type pumps for the dewatering work at Lock and Dam 2. The pumps will be used to pump solids and suspended solids including sand and debris commonly found in river water. The pumps will be supported by a service organization with service and parts available within 300 miles of the Minneapolis, Minnesota area.

Work Details
The specific requirements for the pumps are as follows:
- Electric, centrifugal, submersible type
- Closed non-clog impellers
- 8-inch diameter
- Capable of pumping solids up to 3" in diameter
- Capable of pumping solids and suspended solids including sand and debris
- Pump quantities: Three (3)
- Pump capacity: 2500 gpm
- Total Dynamic Head (T.D.H): 40 feet of water
- Speed: 1200 RPM
- Pump casings made of ASTM A48, Class 30, cast iron
- Wear ring system installed for efficient sealing between volute and impeller
- Impellers made of gray cast iron or aluminum bronze, capable of handling solids found in stormwater and suspended solids such as sand and debris
- Pump shaft made of ASTM A276, Type 420 stainless steel or alternate stainless steel
- Tandem mechanical rotating shaft seal system with silicon carbide seals
- Bearings: Angular contact ball bearings with minimum B10 bearing life of 100,000 hours
- Pump lifting system equipped with stainless steel lifting bar
- Cooling system with water jacket encircling stator housing
- Torsional vibration and critical speeds free design
- Exterior painted with PVC epoxy primer and chloric rubber paint or epoxy paint

Period of Performance
Delivery date: November 14, 2023

Place of Performance
Lock and Dam 2, 1350 Lock and Dam Road, Hastings, MN 55033

Overview

Response Deadline
Nov. 7, 2023, 6:00 p.m. EST Past Due
Posted
Nov. 1, 2023, 8:44 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Hastings, MN 55033 United States
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
The solicitation is open for 6 days, below average for the USACE St. Paul District.
On 11/1/23 USACE St. Paul District issued Synopsis Solicitation W912ES24Q0015 for Submersible Pumps due 11/7/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 333914 (SBA Size Standard 750 Employees) and PSC 4320.
Primary Contact
Name
Karl Just   Profile
Phone
(651) 290-5768

Secondary Contact

Name
Jesse Onkka   Profile
Phone
(651) 290-5444

Documents

Posted documents for Synopsis Solicitation W912ES24Q0015

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912ES24Q0015

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912ES24Q0015

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912ES24Q0015

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912ES24Q0015

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912ES24Q0015

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > MVD > W07V ENDIST ST PAUL
FPDS Organization Code
2100-W912ES
Source Organization Code
100221313
Last Updated
Nov. 22, 2023
Last Updated By
karl.p.just@usace.army.mil
Archive Date
Nov. 22, 2023