SOLICITATION NOTICE
38 -- Dredge Goetz Swing Winches - Combined synopsis/solicitation
- Notice Date
- 1/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-12-R-0005
- Archive Date
- 2/21/2012
- Point of Contact
- Jesse Onkka, Phone: 6512905444, Christopher G. Dake, Phone: 6512905415
- E-Mail Address
-
Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil
(Jesse.L.Onkka@usace.army.mil, christopher.dake@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SF-1449 Combined synopsis/solicitation Solicitation for Proposal for Swing Winch Assemblies Background The U.S. Army Corps of Engineers operates the Dredge Goetz in the upper reaches of the Mississippi River. The dredge is of a hydraulic cutter suction configuration with a 22 inch suction and 20 inch discharge pipe. The dredge is 225 feet long by 39 feet wide with an operating draft of 5 feet. The dredge power system is diesel-electric. The primary diesel generating plant produces a total of 4,000 installed horsepower at 1,200 rpm. Each generator is capable in producing 1,300 KVA at an 80% continuous duty cycle. Essential AC motors are controlled by means of variable frequency AC drive (VFD) components. The swing drive manufacturer is Alstom, model number MV3000. The dredge has swing winches installed on the port and starboard sides. The two winches are employed to swing the head of the dredge back and forth across the river, allowing the cutterhead and main dredge pump suction to break up and clear away material from the river bottom. While in operation one winch is hauling and the opposite is paying out cable under variable hold-back tension, with both cables being connected to external anchors. The paying-out cable is kept taut by dynamic braking through the winch gearing and VFD programming, preventing a slack cable situation. An operator controls the winches through console-mounted joystick controls which provide the means to regulate the speed at which the dredge swings back and forth and the degree of hold-back tension on the winch that is paying out. Once the dredge completes a swing from one side of the river to the other the swing process is reversed. The operator has the discretion to independently operate either the port and/or the starboard winch for other specific tasks. The dredge operates 24 hours per day 7 days per week for about 6 to 8 months per year. During a 24 hour period, the swing winches typically log between 10 and 11 hours of running time. The remainder of the period the dredge is not swinging. Swing rates vary depending on the amount and hardness of the material being dredged. In hard material with a digging depth of several feet the swing speed (and drum speed) may be as low as 5 feet per minute at the maximum torque available from the drive. In light material with shallow cuts the swing speed will range up to 80 feet per minute at the maximum torque available from the drive. The dredge was manufactured in 2005 and has been in service since that date. The two swing winches supplied with the dredge were manufactured by the IHC Company of Holland. The gear reducers in the winches were manufactured by the C. Kraaijeveld B.V. Company of Holland. The manufacturer's type designation is KA.15.E.TR. The following information is offered to provide a description of the gearbox: Type of gears - spur Number of shafts - 4 Approximate shaft diameters, inches high speed = 3.4 1st intermediate = 3.8 2 nd intermediate = 4 low speed = 6.25 Number of gears - 3 Approximate gear diameters, inches 1 st intermediate = 20 2 nd intermediate = 24.3 output = 40 Number of pinions - 3 Approximate pinion diameters, inches high speed input = 4.4 1 st intermediate = 5.4 low speed = 9 Lubrication is by splash oiling Manufacturers recommended lubricant is an ISO 220 gear oil The winches are powered by 100 hp AC electric motors controlled by variable frequency drives. Motor speeds vary between 0 and 1800 rpm. The output speed is rated as 0 to 80 fpm line speed on the first layer of a 26" diameter drum. The rated line pull on the first layer is 41,250 lbs. based on the nameplate HP and speed of the motors. The configuration of the winch assembly is shown on Kraaijeveld drawing number 2936-00B. The gear and pinion teeth in the output stage of the gear reducer began to show evidence of what is believed to be destructive pitting during the first 2000 hours of operation. Loose fits were also observed between gears and shafts. Fits were corrected and the lubricant was changed to ISO 320 with molybdenum for the third and fourth work seasons. Maximum torque available to the gear reducer was reduced and the maximum rate of change of speed was decreased by changing VFD settings. Pitting has continued to develop at a lower rate. Replacement of the winches has been scheduled to avoid a gear reducer failure during the work season. 1. Design of replacement gear reducer Bidders are encouraged to utilize their experience and understanding of gear design to the maximum extent possible to recommend a gear design for the swing winch that will result in a very long life. The Government's objective is to purchase a gear reducer that can be expected, based on design, materials, and construction techniques to last a minimum of 40,000 hours in the application described above. The gear drive shall be designed and rated in accordance with the AGMA 6013-A06 rating standard, and utilize a Miner's Rule calculation for evaluation of the gear teeth based on the attached load spectrum. A minimum service factor of 2.25 shall be used. All bearings in the reducer shall have a minimum calculated life of 40,000 hours at motor nameplate rating. The lubricating method and recommended lubricant shall be suitable for the given range of speed and torque. The effect, in this application, of VFD motor control on gear loading is unknown. Until more detailed information is known about the rates of change of swing motor torque, conservative assumptions should be made about shock loading of the gear train by the motor. A damping coupling shall be supplied with the gear reducer to reduce shock loads induced by the VFD. 2. Proposal Content Award will be made to the responsible Offeror offering the Lowest Priced, Technically Acceptable (LPTA) proposal. Each technical evaluation factor must be found to be "ACCEPTABLE" in order for the proposal to be found technically acceptable. Proposals will not be technically ranked. It is the Offeror's responsibility to ensure the completeness of the proposal. The evaluation board for the Government may evaluate solely on the information provided in the initial proposal and will not assume that an Offeror possesses any capability that is not specifically identified in the proposal. Solicitation Submittal Requirements: The proposal shall be submitted in two sections, a Technical Proposal and a Price Proposal. The Price Proposal, original and copy, must be sealed in a single, labeled package, separate from the Technical Proposal. All pages containing text shall be consecutively numbered, type-written on 8½ x 11 inch paper with margins of at least one inch, and created using a font no smaller than 12. Proposals shall not be permanently bound (in order to facilitate incorporation of portions of the proposal into the final contract document if necessary). Technical Proposal: Offerors shall submit (1) single-sided original and three (3) copies. The Technical Proposal shall include the following characteristics: •· Cover letter including the following information: •o The Solicitation number ("W912ES-12-R-0005") •o The Offeror's name, address, telephone and facsimile numbers, and email address •o Names, titles, telephone and facsimile numbers, and email addresses of persons authorized to negotiate on the Offeror's behalf with the Government in connection with this solicitation •o Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority •· Responses to all technical evaluation factors. The format used for the areas and factors below should be strictly adhered to. All responses in the Offeror's package must clearly indicate the applicable evaluation factors: Part I: Past Performance Part II: Technical Approach •· The Technical Proposal shall not include pricing information Price Proposal: Offerors shall submit (1) single-sided original Price Proposal and one (1) copy which includes the following: •· Completed Standard Form (SF) 1449, including acknowledgement of Amendments •· Completed Pricing Schedule. •· Proof of Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA, https://orca.bpn.gov/ ) registration and any other applicable representations. In lieu of ORCA registration Offerors may submit a completed 52.212-3 representations and certifications document, see below, or separate document posted to FBO. 3. Evaluation Factors The evaluation factors are listed below. It is intended that proposals be evaluated, and award made, without discussions with the Offerors. If necessary, the Government may contact Offerors for the purpose of minor clarifications(s). If discussions are determined to be necessary, discussions will occur with all Offerors unless a competitive range has been established. Failure to submit mandatory information for a factor, may result in a rating of "unacceptable" for that factor, and the Offeror will be ineligible for award unless the Contracting Officer decides to hold discussions, and includes the Offeror in the competitive range. Technical evaluation factors (Part I: Past Performance, and Part II: Technical Approach) will be evaluated first. Price will be evaluated last. An offeror that wishes to submit a proposal for the swing winch assemblies must propose on all of the work. Award will be made on an "All or None" basis to the lowest priced, technically acceptable proposal. Each non-price evaluation factor must be found to be technically acceptable in order for the proposal to be found technically acceptable. Proposals will not be technically ranked. Only one technical proposal will be evaluated for each offeror. Technical Evaluation Factors Part I: Past Performance Offeror's past performance is a measure of the degree to which an Offeror was successful on projects of similar scope and complexity, as measured by the level of past customer satisfaction. It is also a measure of the degree to which an Offeror has complied with Federal, State, and local laws and regulations. Past performance information is one indicator of an Offeror's ability to perform the contract successfully. Submittal Requirements: •a) Offerors shall submit completed Past Performance Reference Forms for (2) projects for work performed by the Offeror within the past three (3) calendar years. Projects must be at least 50% physically complete. •b) If more than two past performance references are submitted, only the two most recent projects will be considered. If less than two past performance references are submitted, the submitted project will be evaluated, and the lack of the requested number of projects will not affect the rating for this factor, provided the Offeror certifies that additional past performance information is not available and provides an acceptable explanation as to why additional past performance is not available. •c) In the case of an Offeror with no relevant performance history, or for whom information on past performance is not available, the Offeror will be evaluated as acceptable provided the Offeror certifies that additional past performance information is not available and provides an acceptable explanation as to why past performance information is not available. •d) The past performance reference must have been a client, or client representative, with whom the Offeror had a contract, or subcontract (if applicable) for one or more projects. The reference must hold, or have held at the time, a senior position in the client organization with responsibilities of contract administration, quality control, engineering, or technical supervision, or was otherwise in a position to evaluate the Offeror's performance in executing the contract or subcontract. The past performance reference must have first-hand knowledge of the Offeror's performance. The reference must have a current, valid phone number at which they can be reached during normal business hours, a fax number, and must be able to speak, read, and write in the English language. The Government's assessment of past performance will be based mainly on the Offeror's reputations with customers and other sources. The Government will consider the currency and relevance of past performance information, source of the information, context of the data, and general trends in the contractor's performance. The Government may contact any or all of the past performance references provided by the Offeror in response to this solicitation, and may also use information obtained from any other sources when evaluating past performance of the Offeror and major subcontractors. Other sources may include, but are not limited to, the Past Performance Information Retrieval System (PPIRS). While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance rests with the Offeror. The evaluation will take into account relevant past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirements when such information is available and relevant to the instant acquisition. If necessary during the evaluation process, any adverse information received regarding subcontractor past performance may be shared with Offerors during clarifications or discussions if held. The past performance factor will receive a rating of "acceptable" or "unacceptable" based on its entirety. Past performance will be rated "unacceptable" if the contractor receives an unsatisfactory rating for any of the factors identified on the past performance questionnaire unless the Offeror can demonstrate that adequate corrective actions were taken. Part II: Technical Approach Submittal Requirements: Offerors shall submit a narrative description of how their proposed product will comply with the specifications within the prescribed timeframe. The Plan shall include, at a minimum: •a. A description of the swing winch assemblies proposed for installation. Include cut sheets or literature that describes the how the swing winch assemblies meet the technical specifications, dimensions, and capacities intended for installation under this contract. Clearly indicate the model and any options or accessories that are included in the proposal. •b. A drawing showing the configuration of the Offeror proposed winch assembly shall be provided. The drawing shall include mounting dimensions for the frame(s) of the winch assembly. •c. Documentation showing that the following go/no go requirements will be met. •a. The winch shall have anti-backlash (anti-slack) provisions that will stop the drum within one turn if a wire rope loop exits the area between the drum flanges. This shall be accomplished with the use of the electronic controls for the VFD's. •b. The winch shall be designed and constructed with an operating rating of continuous duty/uninterrupted. •c. The wire rope drum shall be a non-grooved design, with a minimum capacity for 1200 feet of 1-1/4 inch cable. •d. The first layer line pull shall be a minimum of 41,250 lbs, with a brake holding capacity greater than the first layer linepull, brake holding force shall be specified. •e. The winch shall have a spring-applied, electrically- or pneumatically-released holding brake specified. (Spring application of the brake is mandatory. However method of brake release may be electric or pneumatic.) •f. Type of brake to be used shall be defined •g. The winches shall be capable of a minimum line speed of 0 to 80 ft/min. •h. The gear reducers shall be capable of enduring, without damage to gear teeth, the high speed dithering of a variable frequency drive that is adjusting speed and torque many times per second. •i. An emergency shutdown device shall be mounted on each winch in a conspicuous location. •j. Emergency stopping capabilities shall stop the drum within one rotation when activated. •k. The gear reducer shall be separable from the drum and brake assemblies without disassembly of the drum or the gear reducer. •l. Gear reducer shaft bearings shall be fitted with bearing isolators •m. The estimated life of the gear reducer in service on the Dredge Goetz shall be provided Projected life expectancy, minimum 40,000 hours •n. Winches shall have minimum 10,000 hour, comprehensive warranty. •d. The proposal shall specify how the existing 100 hp drive motors will be utilized in the proposed winches. •e. The damping characteristics and type of the coupling between the motor and the gear reducer input shaft shall be provided. •f. Design features that provide protection from the destructive effects of VFD controlled drive motors on gear sets shall be defined. •g. The manufacturing method for creating the final gear and pinion tooth shape in the gear reducer shall be specified. •h. The method of lubricating the gears and bearings shall be defined. •i. Requirements for electrical/pneumatic supply for the brake shall be defined •j. The means by which shutdown of the winch will be achieved in the case of a backlash shall be identified. •k. The gear reducer case shall be fitted with two ports located at the bottom of the case. They shall be located as far apart from each other in the case as practical to facilitate good flushing during side-stream continuous filtration. The ports shall be 1 inch NPT (National Pipe Thread) and fitted with plugs. A filtration system is NOT included in the scope of work. The proposed Technical Approach will receive a rating of "acceptable" or "unacceptable" based on its entirety. In order to receive an "acceptable" rating, the proposed Technical Approach Plan must address the above considerations in sufficient detail to demonstrate that the proposed product conforms with all specified technical requirements within the prescribed timeframe. Missing, incomplete, or ambiguous information could result in a rating of "unacceptable". B. Price Submittal Requirements: Offerors shall complete and submit the pricing schedule with its proposal and include a price for each line item, including subtotals and totals. The Government will evaluate price based on the total proposed price. The Contracting Officer will evaluate the Offeror's price for unbalancing and other potential performance risks. The Contracting Officer, or the Contracting Officer's designee, will evaluate the Offeror's price in accordance with FAR 15.404-1 to determine price reasonableness. In this context, reasonableness will be determined by comparing offered prices to one another, to the government estimate, and to pricing for previous work of a similar nature. 4. Installation Sixty days prior to delivery of the winches the manufacture and/or distributor shall provide detailed mounting blueprints to expedite the installation process. The Corps of Engineers will be responsible for transport of the winch assemblies from a truck to the mounting location in the dredge. They will also drill the holes in the dredge framing members required to match the winch's mounting hole locations, bolt down the winches, and connect the motor and any electrical or pneumatic lines. The winch manufacture and/or distributor shall provide a representative on site to provide technical assistance while the entire winch installation is in progress. 5. Acceptance Testing Acceptance testing will take place at Fountain City, WI. Contractor is responsible to provide knowledgeable, experienced personnel capable of trouble shooting equipment IOT correct any deficiencies identified during acceptance testing of the equipment. Compliance of supplied equipment with the following specifications must be demonstrated before acceptance of the equipment will occur: 5.1) Functional equivalency with existing winches 5.2) Presence and suitability of winch frame(s) 5.3) Winch assemblies shall fit in the same location as the existing winches. 5.4) Winch assembly shall be able to use the existing AC drive motors without modification. 5.5) The gear reducer input shaft coupling shall mate with the existing coupling or both halves of a new coupling shall be supplied. 5.6) Presence and operability of a spring applied holding brake and a brake release mechanism. 5.7) Ability of the holding brake to resist at least first layer line pull without slipping. 5.8) Ability of the anti-backlash provision to stop winch drum rotation without more than one wrap of line outside drum. 5.9) Presence of an emergency shutdown device 5.10) Drum capacity of 1200 feet of 1-1/4 inch cable 5.11) A first starting layer line pull of at least 41,250 lbs. 5.12) A line speed of 80 ft/min and/or greater 5.13) The ability of the gear reducer to be separated from the drum and brake assemblies without disassembly of the drum or the gear reducer. 6. Pre-bid Inspection Bidders are encouraged to inspect the existing winches, motors, and drives prior to submission of a proposal. Inspections shall be at the bidder's expense and can be scheduled for any weekday, excluding Federal holidays, between the hours of 7 AM and 3:30 PM. Contact Jake Bernhardt at (651) 249 - 6068 to make an appointment. Photographs, copies of blueprints and additional essential information are available upon request. 7. Review Process This contract shall be awarded on a LPTA basis. Technical point of contact: Keith Graham Facilities manager 431 North Shore DR Fountain City WI 54629 608-687-8526 ext 7 Delivery address: US Army Corps of Engineers 431 North Shore DR Fountain City WI 54629
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-12-R-0005/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, 431 North Shore DR, Fountain City, Wisconsin, 54629, United States
- Zip Code: 54629
- Zip Code: 54629
- Record
- SN02649377-W 20120107/120105234654-67376f4bbf8ac7622a63192bbf866171 (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 |