SOURCES SOUGHT
J -- Inspection repair and/or overhaul of the model 10V Whiting Corporation drive gearbox
- Notice Date
- 8/6/2014
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, PWD PA 4921 S. Broad Street Building 1 Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N4008514Q6737
- Response Due
- 8/12/2014
- Archive Date
- 8/31/2014
- Point of Contact
- JESSICA NELSON, 215-897-8877
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) Public Works Department Pennsylvania (PWD PA) is seeking eligible Small Businesses with current relevant qualifications, experience, personnel and capability to perform the proposed contract action. The appropriate NAICS Code is 811310 with a size standard of $7,500,000. NAVFAC MIDLANT PWD PA anticipates awarding a small purchase award for the inspection repair and/or overhaul of the model 10V Whiting Corporation drive gearbox for an Overhead Electronic Traveling (OET) crane bridge located at the Philadelphia, Navy Yard, Philadelphia, PA. General Work Requirements: Contractor shall have performed the following: Open and inspect the Whiting gearbox. Provide a scope of work (SOW) for any additional items identified during the open and inspect process. Provide a cost estimate to complete the work identified. The Contractor shall perform the following work: Complete disassembly, cleaning, examination, corrosion protection and paint. Shaft seal and bearing mounting surfaces shall be inspected for wear. Gearing and shafting shall be examined visually and by magnetic particle inspection. Magnetic particle inspections shall be in compliance with ASTM E 709 - STANDARD GUIDE FOR MAGNETIC PARTICLE EXAMINATION over all gear surfaces. The shaft surfaces shall be done in accordance with ASTM A 275/275M “ STANDARD TEST METHOD FOR MAGNETIC PARTICLE EXAMINATION OF STEEL FORGINGS. Magnetic Particle inspection acceptance standards shall be in compliance with Whiting Transmission criteria but shall not allow linear indications greater than 1/16th of an inch. Replace all bearings, seals, shim gaskets, nilos rings, sandblast the housing, paint, and test in preparation for shipment back to Government. The gearbox shall be reassembled and bores shall be checked per Whiting Transmission drawing dimensions. Identify any additional work (e.g. replacement of gears, shafts, etc.) necessary to repair the gearbox. Upon completion of all repairs, testing and certifications prepare for shipment back to the Government. The Contractor shall perform a pre-shipment inspection at the Contractor ™s facility prior to shipping. The Contractor shall provide a warranty on all gearbox repair work and materials to be free of defect or deficiencies for a period of one (1) year following the Government acceptance by the Contracting Officer. The Contractor shall provide the following submissions for their work: Procedure for examination/repair/rebuild of Gearing “ The procedure shall provide details on all aspects of work related to the inspection and repair of the gearbox. This shall include items identified in the SOW. Condition/Inspection Report “ Report shall include results of the shaft seal/bearing mounting surface inspections and results of visual/magnetic particle inspections of gear teeth and shafting. Initial gear set backlash, contact patterns and bearing axial clearances shall be recorded and evaluated for the gear box. These values shall be compared with Whiting Transmission criteria. The report shall identify any additional repairs or replacement work for gearing, shafting and housing other than the originally quoted items based upon the Government inspection information provided. The report shall identify the cost and time to accomplish the repairs and/or replacement work, as applicable. Corrosion Protection “ The Contractor shall provide certification that all portions of the gearbox housings were properly cleaned, sandblasted and remained in a clean, rust-free condition until the prescribed coatings were applied. The Contractor shall prime and paint the interior and exterior of the reducer housing. The Contractor shall use the same or equivalent paint system as originally applied and shall certify that all coats were applied in accordance with the manufacturer ™s recommendations. Final Condition Inspection Report “ The report shall include results of all inspections of the repaired gearbox. Final gear set backlash, contact patterns and bearing axial clearances shall be recorded for the gearbox as compared to Whiting Transmission criteria. The report shall identify all parts replaced as part of the gearbox repair work. In accordance with FAR 36.204(a), the estimated magnitude of this project is less than $25,000.00. All Small Businesses are encouraged to respond. This sources sought is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government will not pay for any information solicited. If a full and open competition is ultimately pursued, responses to this sources sought will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services, include the company ™s CAGE code and DUNS number. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses must be received no later than 2:00 pm Eastern Standard Time on 12 August 2014. This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. U. S. Mail and Hand Delivered responses to: Naval Facilities Engineering Command MIDLANT PWD PA Attn: Jessica Nelson 4921 S. Broad St., Bldg. 1, 2nd Floor, Philadelphia, PA 19112 ELECTRONIC SUBMISSIONS (NO GREATER THAN 5MB) MAY BE EMAILED TO JESSICA.NELSON@NAVY.MIL. IF GREATER THAN 5MB, THE PACKAGE MUST BE MAILED OR HAND DELIVERED TO THE ADDRESS ABOVE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N4008514Q6737/listing.html)
- Place of Performance
- Address: PHILADELPHIA NAVY YARD, PHILADELPHIA, PA
- Zip Code: 19112
- Zip Code: 19112
- Record
- SN03454553-W 20140808/140807023108-f5b7b517036efaffb03068d1fcbc64d1 (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 |