REPLACE SUBMERSIBLE SS WELL PUMP
ID: 140P5225Q0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER WEST(52000)TUPELO, MS, 38804, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 6:00 PM UTC
Description

The Department of the Interior, specifically the National Park Service, is soliciting proposals for the replacement of a submersible stainless steel well pump at Fort Pickens in Pensacola Beach, Florida. The project involves the removal of the existing pump and motor, followed by the installation of a new Grundfos 230S150-4 or equivalent pump, with an estimated project cost between $25,000 and $100,000. This procurement is crucial for maintaining the potable water supply for park visitors and employees, ensuring compliance with safety and operational standards. Interested contractors must submit their RFQ responses via email to Andre Ward by 1 PM on April 10, 2025, and must have an active SAM registration to be eligible for contract award.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 5:05 PM UTC
The Gulf Islands National Seashore is issuing a Statement of Objectives for the cyclic replacement of the Water System Submersible Well Pump at Fort Pickens, aimed at maintaining potable water supply for park visitors and employees. The existing pump, approaching the end of its 13-year lifecycle, requires replacement to ensure operational efficiency. The contractor's responsibilities include removal and disposal of the old pump, installation of a new stainless-steel submersible pump, and ensuring a safe work environment compliant with OSHA and other regulations. The work must be completed within 30 days post-approval, adhering to designated work hours and safety protocols. The statement outlines specific tasks, necessary materials, and contractor personnel involved, emphasizing the need for a quality control program and regular communication with park officials. The document serves as a formal request for proposals (RFP) and is intended to guide contractors in executing the required work while maintaining compliance with government standards and regulations.
Mar 27, 2025, 5:05 PM UTC
This document presents the wage determination for heavy construction projects in Escambia County, Florida, under the Davis-Bacon Act. It outlines the minimum wage rates contractors must pay to workers based on executive orders, specifically Executive Order 14026 and Executive Order 13658, effective depending on the contract dates. Contracts awarded on or after January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, necessitate a minimum wage of $13.30 per hour. The determination includes detailed wage rates and fringe benefits for various construction classifications, such as equipment operators, laborers, and tradespeople, along with additional complexities for specific roles, like crane operation. It emphasizes that the document serves as a compliance guide for federal contracts, ensuring adherence to prevailing wage laws and proper classification for various job functions. Additionally, processes for wage determination appeals are outlined, including points of contact for requests and the stages of review for various disputable outcomes. This document plays a significant role in supporting federal contractors by establishing labor standards within the scope of federal funding for construction projects.
Mar 27, 2025, 5:05 PM UTC
This document details the specifications for a Grundfos 230S150-4 multi-stage submersible pump, designed for raw water supply, groundwater lowering, and pressure boosting. It is capable of handling clean, non-aggressive liquids and features a 3-phase motor with liquid-lubricated bearings. The specifications include a rated flow of 55 m³/h, a rated head of 48 m, and a maximum operating pressure of 60 bar. It operates within a liquid temperature range of -15 to 40 °C, making it suitable for various environmental conditions. The electrical data outlines that the pump requires an 11 kW power supply, with a rated voltage of 3 x 440-460-480 V, and has a starting current between 420-490%. It includes various technical details such as a built-in temperature transmitter and an IP68 enclosure class. This document serves to inform potential government contractors or grantees about the product specifications in the context of RFPs, highlighting its intended applications and regulatory compliance, particularly for drinking water use under PROP65. The clarity in technical details and compliance makes it relevant for procurement in both federal and local government projects.
Mar 27, 2025, 5:05 PM UTC
The document is a solicitation for proposals for a government contract (Solicitation No. 140P5225Q0008) regarding the cyclic replacement of a submersible well pump in the Fort Pickens Water System. The project involves the removal of the existing stainless steel well pump and motor, and the installation of a new similar system, estimated to cost between $25,000 and $100,000. The contractor is expected to complete the work and related tasks, including mobilization, chlorination, and disinfection, by May 28, 2025, with a performance period starting from April 28, 2025. Sealed bids must be submitted by a specified due date, from which terms of payment and bonding requirements will be outlined. The document emphasizes compliance with federal laws, adherence to wage determinations, and includes clauses governing contract administration, such as inspection, acceptance, and termination. The contractor must ensure quality work and materials, remain accountable for any damages, and obey all relevant regulations and permitting requirements. This solicitation aligns with broader government initiatives to maintain and improve public utilities while upholding standards for transparency and competition in procurement processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
CLEANING/INSPECTION OF PARK WATER TANKS FOR FORT P
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking a qualified contractor for the cleaning and inspection of water tanks at Fort Pulaski National Monument. The project involves cleaning one 10,000-gallon tank and one 15,000-gallon tank, adhering to ANSI/AWWA C652-11 standards, and ensuring water safety through bacteriological testing, all without the use of chemicals. This procurement is crucial for maintaining safe potable water supply systems within the park, reflecting the government's commitment to public health and safety. Interested small businesses must submit their proposals by the specified deadline, with a performance period concluding on May 30, 2025, and can contact Tara Clark at TaraClark@nps.gov or 662-372-0363 for further details.
Grand Canyon - Roto-Jet Pump Service BPA
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for servicing and maintaining three Roto-Jet Pumps at the North Rim of Grand Canyon National Park. The procurement includes annual inspections, preventative maintenance, and emergency repairs to ensure the operational efficiency of these critical water supply systems. This BPA is vital for maintaining the infrastructure of one of America's premier national parks, with a five-year ordering period anticipated to commence on May 10, 2025. Interested vendors must submit their quotes electronically by May 7, 2025, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov or by phone at 719-470-8678.
PUMP UNIT, CENTRIFUGAL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a centrifugal pump unit with motor, essential for their reverse osmosis system. The procurement includes a specific requirement for the pump to be equipped with a Viton mechanical seal suitable for saltwater applications, and the order must adhere to strict packaging and preservation standards as outlined in military specifications. This procurement is critical for maintaining operational capabilities, and the Coast Guard intends to award a firm fixed-price contract based on the lowest price technically acceptable. Interested vendors must submit their quotations by April 14, 2025, at 10:00 AM Eastern Standard Time, and can direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the "Lake 254108 Calville Bay Barge Relocation" project, aimed at enhancing water access and infrastructure within the Lake Mead National Recreation Area. The project involves relocating a water intake barge, constructing a moored breakwater, upgrading electrical systems, and implementing a UV treatment system to mitigate contamination from invasive species. This initiative is critical for maintaining essential water services for park operations and visitor enjoyment, with an estimated construction budget ranging from $5 million to $10 million. Interested contractors must submit sealed proposals by the specified deadline and are encouraged to contact Mark Barber at markbarber@nps.gov or call 721-621-7310 for further details.
PUMP UNIT CENTRIFUGAL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of six centrifugal pump units, identified by NSN 4320-01-241-7284, to support its Surface Forces Logistics Center operations. The pumps must meet specific technical specifications, including a 5 HP motor, a maximum discharge flow rate of 130 GPM, and must be packaged in compliance with military standards to prevent damage during transit. This procurement is critical for maintaining operational readiness and efficiency within the Coast Guard's logistics framework. Interested vendors must submit their quotations by April 15, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, ensuring compliance with all outlined packaging and delivery requirements.
PUMP,DISTILLED WATE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of distilled water pumps. This procurement involves the complete teardown, evaluation, and repair of the pumps, with a focus on ensuring compliance with military standards and specifications. The pumps are critical components for naval operations, and the contractor must provide a full repair quote within 90 days of receiving the equipment, including detailed information on repair turnaround time and any capacity constraints. Interested vendors should contact Seana M. Steiner at 717-605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL for further details and to submit their proposals.
43--PUMP,DISTILLED WATE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of distilled water pumps under the contract titled "43--PUMP,DISTILLED WATE, IN REPAIR/MODIFICATION OF." The procurement involves returning two units of the distilled water pump (NSN 4320-01-130-0015) to operational condition, with a performance period of 420 days from the order date, allowing for early and incremental deliveries. These pumps are critical for naval operations, emphasizing the importance of maintaining equipment functionality for national defense. Interested vendors should contact Seana Steiner at 717-605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL for further details and to ensure compliance with the solicitation requirements.
OH OTTAWA NWR WETLAND PUMP
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to manufacture and install a custom wetland pump for the Ottawa National Wildlife Refuge's Moist Soil 2 Water Control Structure. The project requires the production of a 10” x 12.5 HP axial flow pump with automatic level controls, capable of moving at least 2000 gallons per minute, along with additional components such as aluminum stoplogs and safety features. This initiative is crucial for enhancing water management in wetland areas, supporting environmental conservation efforts. Interested small businesses must submit their quotations and required documentation via email by April 11, 2025, and can contact Jeremy Riva at jeremyriva@fws.gov or 240-381-7321 for further details.
Rehabilitation of Wells 585 & 606
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the rehabilitation of Wells 585 and 606 at Marine Corps Base Camp Lejeune in North Carolina. The project involves the installation of new submersible pumps, stainless-steel piping, and various control components, with strict adherence to environmental, health, and safety regulations, as well as compliance with state and federal codes. This rehabilitation is crucial for ensuring a safe and efficient water supply for military operations, emphasizing the importance of maintaining existing infrastructure. Interested contractors, specifically those listed as Mechanical MACC Contractors, must submit their proposals by May 1, 2025, with an estimated project cost between $250,000 and $500,000, and are encouraged to attend a site visit scheduled for April 10, 2025. For further inquiries, contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
Industrial electric motor pumps with variable frequency drive
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of three industrial electric motor pumps with variable frequency drives, along with their installation. The requirements include pumps with a horsepower of 3-5, an operating speed of 3600 RPM, and a flow rate of 50 gallons per minute, as well as on-site installation support, wiring, testing, and training for government personnel. This procurement is set aside for small businesses and aims to enhance operational capabilities within the naval services. Interested parties must submit their quotations by April 15, 2025, and direct any questions to Steven Besanko at steven.besanko@navy.mil by April 8, 2025.