Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2008 FBO #2424
SOURCES SOUGHT

J -- Inspection and Rehabilitation of One (1) Western Gear Speed Reducer

Notice Date
7/14/2008
 
Notice Type
Sources Sought
 
NAICS
333612 — Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-08-R-SS12
 
Response Due
7/28/2008
 
Archive Date
9/26/2008
 
Point of Contact
Vicky Challis, 509-527-7210
 
Small Business Set-Aside
N/A
 
Description
This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is in support of a market survey being conducted by the Walla Walla, Corps of Engineers to identify contractors for the inspection and rehabilitation of Western Gear DV-60 Speed Reducer Gear Box (hereafter called Gear Box). However, this Sources Sought Synopsis will, in part, assist the USACE in determining set-aside potential. Description: Contractor shall pick up (one)Western (now Philadelphia) Gear brand speed reducer, model #DV-60, at Ice Harbor Dam for transport to contractors shop. The speed reducer has been drained of all lubricating oil and partially disassembled. The contractor shall remove of and dispose of all bearings, seals, and hardware. This speed reducer was examined by Philadelphia for possible warranty repair. The extent of deterioration was outside of the scope of warranty. The following information was gathered by Philadelphia Gear during the warranty inspection: 1. All roller bearings were worn. Low Speed lower bearing cone was damaged 2. High Speed pinion has moderate tooth wear and good contact. Seal journal is grooved with a rusty extension. 3. High speed gear has moderate wear and good contact. 4. Low Speed pinion has heavy tooth wear with contact concentrated towards tips. 5. Low Speed Gear has moderate tooth wear with contact concentrated towards the tips. 6. Shaft extensions are grooved and rusty. 7. Seals are worn. 8. Housing paint deteriorated inside and out, bores are pounded oversized with cracking. 9. Oil Pump is worn. To remedy the listed deficiencies the following shall take place: The contractor shall replace all bearings with new. Worn gear components shall be kiss ground where appropriate in order to improve tooth profile and surface finish. The grinding shall restore the gear backlash to the original manufacturers tolerance. Reverse engineering will not be permitted. The contractor must have the ability to obtain the original manufacturer's drawings in order to verify tolerances. Damaged shafting and journals shall be repaired utilizing a High Velocity Oxy Fuel (HVOF) Thermal Spray coating followed by machining in order to restore the original manufacturers tolerance. The speed reducer housing shall be reworked; to be included are weld repair, stress relief, and any re-machining required to restore original mfgs dimensional tolerances and structural integrity. All seals and hardware shall be replaced with new. The oil pump shall be replaced to ensure unit is supplied with the required lubrication and flow pressure. New oil shall be added. The speed reducer shall be reassembled, painted with Philadelphia Gear blue epoxy coating, and the name plate and lubrication plate replaced with new. Prior to shipment, bi-directional full speed, no load, test shall be performed on the speed reducer in order to establish a baseline for future comparison. The duration of the speed no load test shall be 90 minutes minimum. Gear contact patterns, sound level, temperature, oil pressure, flow levels and other operational characteristics shall be checked and recorded. Documentation of all shop testing shall be included with the operation and Maintenance Manual. The contractor shall provide a minimum of 14 days notice prior to performing tests in order to allow for a government representative to witness. After testing, the contracts shall package the speed reducer in order to avoid damage during shipping to Ice Harbor Dam. The contractor may decide whether they would like to ship the gearbox empty along with adequate oil for operation or full of oil. Ice Harbor personnel are available to offload the gearbox Monday through Thursday 7:30am to 3pm excluding holidays. Arrangements for offloading shall be made a minimum of 2 days prior to arrival. Two copies of an Operation and Maintenance Manual which provides detailed startup and operating procedures, lubrication instructions, installation and alignment procedures, routine maintenance requirements and procedures, speed no load test results, complete detailed procedures for disassembly and assembly of the reducer, parts list for all parts detailed, assembly drawings of the reducer showing all external replaceable parts, suppliers for all parts, settings and adjustment for protective devices, and a list of all tools, handling devices, and spare parts furnished shall be included. The rehabilitated gearbox shall be covered by Philadelphias Gear Logic Extended warranty, allowing 2 years of non use prior to installation followed by Philadelphias standard 18 month in service warranty on labor and workmanship. In the response, provide business size and a Point of Contact. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Government requests interested firms submit one (1) copy of their capability and experience response no later than 2:00 p.m., Pacific Standard Time, on June 16, 2008 and should not exceed 5 one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to the following address: Contracting Division, Attn: Vicky Challis, Walla Walla District, Corps of Engineers, 201 North 3rd Avenue, Walla Walla, WA 99362, Fax will be accepted to 509-527-7802 or email to vicky.r.challis@usace.army.mil. NAICS Code is 333612 and the size standard is 500 employees. Delivery date required by September 30, 2009. Please direct any questions on this announcement to Vicky Challis, Contract Specialist, 509-527-7204.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d7086d842805bbb31a06656289372857&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Ice Harbor Dam 2763 Monument Drive Burbank WA
Zip Code: 99323-8662
 
Record
SN01612915-W 20080716/080714221353-d7086d842805bbb31a06656289372857 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.