SOURCES SOUGHT
20 -- Steering System
- Notice Date
- 12/6/2004
- Notice Type
- Sources Sought
- NAICS
- 333995
— Fluid Power Cylinder and Actuator Manufacturing
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-Q-Steering
- Response Due
- 12/14/2004
- Archive Date
- 6/30/2005
- Description
- The U.S. Coast Guard is conducting market research regarding replacement of the steering system onboard its 75? Tow boats. A complete system including controls, motor starters and alarms, hydraulic power unit, and hydraulic steering gear. CG 75? Towboats are designated Inland Construction Tenders (WLIC) and Western Rivers Buoy Tenders (WLR) depending on their geographic location and whether the Aids to Navigation they manage are fixed structures or floating buoys. Each towboat is 75? in length with a 22? beam, 4.5? draft and 141 ton displacement. The towboat works with an attached barge; barges range in length from 68? to 130?. Each tender has two diesel engines with two propulsion shafts and will be re-powered from 370 HP/shaft to 650 HP/shaft concurrent with replacing the steering system. The electrical power is 450V, 3 phase, 60 cycle ungrounded. WLR?s currently have two steering rudders and two flanking (backing) rudders, where as WLIC?s currently have only two steering rudders. Replacing the steering system will include adding a flanking rudder system to the WLIC?s. The control system should include three full follow up helm stations to be installed amidships, and port and starboard sides of the pilothouse console, one non follow up helm station to be installed amidships in the pilothouse, one emergency helm station to be installed in the steering compartment, a steering control selector switch, and rudder position indicators for the steering and flanking rudders. Each full follow up station should include separate levers to operate the steering and flanking rudders in an arrangement that allows the helmsman to operate both levers with one hand. A means for connecting the pilothouse helm levers is desired in order to allow the helmsman to move from station to station without shifting control to the other station. The motor starters and alarms will be installed adjacent to the hydraulic power unit in the steering compartment, however a second remote alarm system is required for installation in the pilothouse. The hydraulic power unit should include separate primary and secondary pumps to operate the steering and flanking hydraulic steering systems. Common CG practice is to alternate steering pumps during routine operations and to place both pumps online to provide faster rudder response during restricted maneuvering situations. The hydraulic steering system should include adjustable tie-bars to mechanically link both steering rudders so that they move together in unison and a separate means to link both flanking rudders so that they move together in unison. Maximum rudder angle is 35? in each direction and the hydraulic system should be capable of moving the rudder from hard over to hard over in less than 20 seconds with one hydraulic pump on line and less than 10 seconds with two hydraulic pumps on line. The hydraulic steering system should include tiller arms and a means of securing them to the rudderposts. The steering rudders are spaced approximately 12-13 feet apart and flanking rudders are spaced approximately 8-10 feet apart. The steering and flanking rudderposts have an outside diameter of 4 ?? and the calculated rudder torque is 1800 Lbft. Anyone wishing to respond to this notice, please provide the following information: (1) Please submit complete literature about your product. Be sure it includes complete information. (2) Is your company a small or large business? (small business is less than 500 employees); (3) Do you offer this product commercially? (4) If not, do you offer a commercial product that could be modified to meet this requirement? (5) Do you believe there is a better method of fulfilling this requirement? (6) What type of quantity or other discounts do you offer your customers? (7) What is your standard commercial warranty? (8) Are there any additional charges for special marking and packing (i.e. bar coding, individually packaged); (9) What is your standard commercial packaging and marking? (10) What is your average delivery lead time for this type of product? (11) Do you expect to offer a new product that might affect this requirement? (12) Do you have a published price list? If not, explain how pricing is derived. (13) How long do you plan to support your product? Please send your information to sjackson@elcbalt.uscg.mil or mail to Commanding Officer, U.S. Coast Guard Engineering Logistic Center, Auxiliary Systems Acquisition Branch, Mail Stop 99, 2401 Hawkins Point Rd., Bldg. 31, 2nd floor, Baltimore, MD 21226-5000. This is not a request for proposal. The Coast Guard will not pay for information provided.
- Record
- SN00717141-W 20041208/041206211524 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |