Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2011 FBO #3347
SOURCES SOUGHT

J -- Inspect and Refurbish Four Government-Furnished Western Gear DV-60 Gear Sets and Shafts

Notice Date
1/21/2011
 
Notice Type
Sources Sought
 
NAICS
333612 — Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF11Q0012
 
Response Due
1/28/2011
 
Archive Date
3/29/2011
 
Point of Contact
Lana J. Murry, 509-527-7217
 
E-Mail Address
USACE District, Walla Walla
(lana.j.murry@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis neither constitutes a Request for Quote, 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 District, US Army Corps of Engineers (USACE) to identify contractors that can provide services to have four (4) Government-furnished Western Gear DV-60 gearbox gear sets and shafts inspected and refurbished. However, this Sources Sought Synopsis will, in part, assist the USACE in determining set-aside potential. Description: Performance Work Statement Refurbishing Gear Sets for Western Gear DV-60 Ice Harbor Lock and Dam 1.0INTRODUCTION Ice Harbor Lock and Dam located on the Snake River, uses fish attraction pumps on the south shore to provided fish attraction water. This attraction water is used to help adult fish enter the South Fish Ladder to navigate around the dam. The attraction pumps consist of three main parts, a motor, a gearbox, and a pump. The gear boxes have been in service since the dam was constructed and require service. The gearboxes are DV-60 manufactured by Western Gear. Each gearbox is a double reduction gearbox with helical gear reduction. 2.0PURPOSE The purpose of this specification is to have four (4) Government-furnished gear sets and shafts inspected and refurbished for the Western Gear DV-60 gearboxes. 3.0DESCRIPTION OF WORK a. Before work is preformed on the Government-furnished shafts and gears, an inspection is required to determine if the Government-furnished shafts and gears are without defect. The Contractor is required to notify the Government if any of the furnished shafts and/or gears does not pass inspection, before proceeding with any work. b. The fabrication of four (4) new oversized right hand (RH) helical high speed (HS) pinion gears for Western Gear DV-60 Gearbox are required. The new pinion gears teeth are required to be ground to AGMA Q-10 quality or better finish. The pinion gears will need to be made oversized to compensate for re-ground high speed (HS) helical gears. c. The re-grind of four (4) Government-furnished, left hand (LH) helical high speed (HS) gears to a clean profile for Western Gear DV-60 Gearbox are required. This work includes disassembly of the high speed (HS) helical gears from the low speed (LS) pinions, inspection of the high speed (HS) helical gears for cracks, repairing of bores if needed, reassembly to the low speed (LS) pinions, re-grinding for new profile, and a contact checking with the mating gear. d. The fabrication of four (4) new oversized left hand (LH) helical low speed (LS) pinion gears for a Western Gear DV-60 Gearbox are required. The new pinion gears teeth are required to be ground to AGMA Q-10 quality or better finish. The pinion gears will need to be made oversized to compensate for re-ground low speed (LS) helical gears. e. The disassembly of four (4) Government-furnished low speed (LS) shafts and grease seals from low speed (LS) helical gears, inspect of the shafts, and low speed (LS) helical gears are required. Upon inspection, the Contractor can determine if metal spray and re-grind of the journals is required. The Contractor is required to reassemble the shafts, gears, and new grease seals. The low speed (LS) helical gears require re-grinding the teeth for new profile, and a contact check with the mating gear. 4.0GEAR and SHAFT DETAIL The Government does not have detailed information about the helical gear sets and shafts. The Contractor may be required to obtain detailed information about the helical gear sets and shafts for refurbishing the gear sets. The original gear sets are from Western Gear DV-60 gearbox manufactured by Seattle Works Corporation. 5.0PERFORMANCE With their quote, the Contractor shall include past performance information on similar gear refurbishments and past work information that was performed for the US Army Corps of Engineers. 6.0SHIPPING The Contractor shall be responsible for arranging shipment of the Government gear sets to and from their facility. The Government will be responsible for packaging the gear sets prior to shipment. The gear sets are packed in four (4) wooden boxes and weigh approximately 3,350 pounds per gear set box. The shipping of the gears to and from their facility shall be at the cost of the Contractor and no costs for shipment will be incurred by the Government. At the Government's facility, assistance with loading and unloading the gear sets can be provided with an overhead crane. There is no access to a loading dock for loading or unloading the gear sets. The required delivery date shall be 16 weeks, or sooner, from the date of contract award. If these dates cannot be met, the Contractor must submit their delivery schedule with their quote. The gear sets shall be delivered FOB Destination to: Ice Harbor Lock and Dam 2763 Monument Drive Burbank, WA 99323-8662 Pick-up and Delivery hours are Monday through Thursday, 7:00 a.m. to 3:00 p.m., excluding Federal holidays. No pick-up or delivery shall be made outside of these hours. The Contractor shall be responsible for contacting the Government a minimum of two (2) working days prior to pick-up or delivery to arrange for equipment and personnel to assist with loading and unloading. 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 Time, on January 28, 2011 and should not exceed five one-sided, 8.5 by 11 inch pages, to the following address: Contracting Division, Attn: Lana J. Murry, Walla Walla District, US Army Corps of Engineers, 201 North Third Avenue, Walla Walla, WA 99362-1876. Faxes will be accepted to 509-527-7802 or email your information to lana.j.murry@usace.army.mil. NAICS Code is 333612 and the size standard is 500 employees. Please direct any questions on this announcement to Lana Murry, Purchasing Agent, 509-527-7217.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF11Q0012/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Ice Harbor Lock and Dam 2763 Monument Drive Burbank WA
Zip Code: 99323-8662
 
Record
SN02364012-W 20110123/110121233731-341514871a45ac3de857808825e052f9 (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.