SOURCES SOUGHT
20 -- 3157 Reduction Gears for U.S. Army Corps of Engineers TENN TOM
- Notice Date
- 4/12/2018
- Notice Type
- Sources Sought
- NAICS
- 336350
— Motor Vehicle Transmission and Power Train Parts Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- 3157_Reduction_Gears_USACE
- Archive Date
- 5/5/2018
- Point of Contact
- Dillon M. Lucas, Phone: 2156566915
- E-Mail Address
-
dillon.m.lucas@usace.army.mil
(dillon.m.lucas@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- U.S. Army Corps of Engineers, Philadelphia District 1. Action Code: Sources Sought 2. Subject: Procurement of Marine Reduction Gears 3. RFI No.: W912BU-3157 Reduction Gears 4. Response date: 20 Apr 18 1:00 PM EST 5. Place of performance: Contractor's facility 6. Description: This is a Sources Sought Notice and is for INFORMATION & MARKET RESEARCH PURPOSES ONLY. This IS NOT a request for proposals, quotations, or bids. Responses to this request will not be returned. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the USACE Philadelphia to use this information for market research purposes only. The survey is being conducted to determine the interest of industry within NAICS code 336350, and to establish that there are adequate large and/or small business contractors for providing the marine work described below. The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information. If a formal solicitation is released, it will be via Federal Business Opportunities (http:www.fbo.gov). The Marine Design Center of the U.S. Army Corps of Engineers intends to procure reduction gears with the specifications listed below. 3157 - Technical Specifications for Reduction Gear Replacement 1. Overview: The intent of this procurement is to replace the reduction gears without requiring modifications to the alignment and structure of the vessel. The new reduction gears shall have the same specifications as the existing gears detailed in Section 3 below. 2. Reduction Gears: The existing reduction gears have the following specifications: •Falk Marine 2050 MRHV Gears •Ratio of 5.7308:1 •Vertical offset of 19.29 inches •1800 Input RPM •314 Output RPM •Serial Numbers (M.O.): o95-074571-01 (Starboard), o95-074572-01 (Port) •Service Rating H.P. 1280 •Rated for use with Caterpillar Marine Engines: oModel Number 3512-D1TA, oSerial Numbers 50Y01426, 50Y01427 oArrangement Number 2W-8862 (both engines) o1800 RPM, o1280 BHP The Contractor shall provide two (2) reduction gears that meet the following specifications: •Unrestricted Continuous Service. •Capable of handling the full horsepower of the main propulsion engines of 1280 horsepower at 1800 RPM in both the ahead and the astern operation. •Service life of 50 years with 2000 horsepower at 1800 RPM. 2000 horsepower is intended to be used as reference for longer service life, the gears will be operating using 1280 horsepower. •Clutched, long coupled vertical offset of 19.29 inches. •Free Standing configuration •Nominal ratio of 5.75:1. •Geared for left and right hand operation such that the propellers will rotate inboard at the top. •Provided with all pumps, heat exchangers, filters, and thermometers, as necessary. •Provided with companion flanges to be fitted to the existing engines and shafts. •All necessary hardware for mounting the flanges to the existing engines and shafts. •Provided with all necessary local and remote controls. •ABS Certificates •Thrust bearings with equal service life in both ahead and astern thrust directions. •Heavy duty, stress-relieved housing with inspection plates and cleanout covers. •A complete lubrication system and cooling system to be integrated with the existing vessel systems as shown in the Reference Drawings. •Provided with internal shaft brakes and new torsional shaft couplings. •A torsional vibration analysis shall be provided for the new torsional shaft couplings for the gears. •The gears shall be of a current design, and the manufacturer shall be capable of providing all spare parts. •The gears shall be provided with drawings, manuals, and all other documentations. 3. Foundations Gear Mounting Systems: The Government will hard mount the new gears in the vessel using a resin chocking system similar to Chockfast. Each reduction gear shall be furnished with mounting flanges suitable for use with a pourable resin chocking system. Sufficient flange load bearing area shall be provided to evenly distribute loads and to permit use of this resin chocking system without exceeding the maximum chocking material stress levels allowed by ABS. 4. Delivery Timeline The delivery date is 180 calendar days After Date of Contract (ADC). (Not firm) 5. Testing: The Contractor shall send a representative to the repair shipyard for testing and commissioning of the gears in Memphis, TN. The Contractor shall assume the testing and commissioning to require 5 days of labor, including 2 travel days. The Government is issuing this Request for Information (RFI) to identify resources available to perform the above work. All interested business concerns for this requirement may submit the following: Company name DUNS number CAGE Code Type of business concern (small business, large business, etc.). If small, please identify type of small business Years in business and relevant experience Statement of capability and qualifications of the organization to perform the requirement List of similar projects worked on over the past 5 years and services provided on those projects. The North American Classification System (NAICS) code for this acquisition is #336350. ** EACH SUBMISSION SHOULD NOT EXCEED 5 PAGES TOTAL** Notice to potential contractors: All offerors who provide goods or services to the Federal Government must be registered in the System for Award Management (SAM) located on the website https://www.sam.gov/portal/publi/SAM/#1. Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at http://vip.vetbiz.gov. Responses should be submitted electronically via e-mail to: Dillon Lucas Contract Specialist E-mail: Dillon.m.lucas@usace.army.mil Office Phone: (215) 656-6915 All responses shall be received on or before 20 April 2018, 1:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/3157_Reduction_Gears_USACE/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN04887422-W 20180414/180412230829-62abeb464cb15b2cb098488b81cea726 (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 |