Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOURCES SOUGHT

20 -- HEALY Vibration Monitoring System Mod 04

Notice Date
9/15/2020 7:57:25 AM
 
Notice Type
Sources Sought
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08520I32013B00
 
Response Due
9/17/2020 4:00:00 PM
 
Archive Date
10/02/2020
 
Point of Contact
Jaime Diaz, Phone: 5106375870, Sarah Marsiglia, Phone: 4106622293
 
E-Mail Address
jaime.diaz@uscg.mil, sarah.e.marsiglia@uscg.mil
(jaime.diaz@uscg.mil, sarah.e.marsiglia@uscg.mil)
 
Description
The purpose of this Request for Information (RFI) Notice�modification is to�extend the response date to Thursday, September 17,2020.�All other RFI requirements remain�unchanged. �� Request for Information (RFI) Notice The United States Coast Guard (USCG) is looking for information from vendors who can replace a hardwired vibration monitoring system onboard the USCG Cutter HEALY (420 WAGB-20).� The HEALY is a 16,000 LT, 35.6 MW electric drive polar icebreaker.� She was commissioned in 1999 and her homeport is Seattle, Washington. The Currently Installed Vibration Monitoring System Consists of The Following: Indikon Model 500-907 with: 4 dual vibration modules (Model 502LF3 X-Y, proximity probe inputs) 4 dual vibration modules (Model 522V X-Y, piezoelectric accelerometer inputs) 1 control module (Model 500B-01) 1 analog output module (model 500C-002) with 4-20ma output Alarm and trip each module with 5A@125VAC/30VDC resistive and 3A@125 VAC inductive relay. 120 VAC + 15%, 60 HZ power requirements Equipment Monitored: 2 Ship Service Motor Generator Sets 4 accelerometers each set: 2 motor, 2 generator. 2 Main Propulsion Motors 9 proximity probes each motor propulsion system: 2 radial each motor bearing, 1 motor bearing phasing, 2�line shaft, 2 stern tube. 4 Main Diesel Generators 5 proximity probes each generator: 2 radial each bearing, 1 phasing 4 accelerometers each diesel: 2 diesel engine, 2 turbocharger (high temperature) 1 Auxiliary Diesel Generator 4 accelerometers total: 2 diesel engine, 1 generator, 1 turbocharger (high temperature) 1 Bow Thruster 6 accelerometers total: 2 motor, 2 gear box, 2 thruster. New/Upgraded Vibration Monitoring System Specifications Are: The USCG seeks information on a continuous vibration monitoring system for protection and Condition Based Maintenance of the above critical equipment.� The USCG wishes to replace the existing system complete with equal or upgraded functionality.� At a minimum the new system must provide: Continuous vibration monitoring for the above critical equipment. Be a hard wired system.� A wireless system in lieu of hardwiring may be proposed if IT security can be maintained.� Detail security and fail-safe measures if a wireless system is proposed. Alarm and trip along with associated relays.� Relays must be compatible with the existing system. Local vibration level meters at the equipment. Calibration of the sensors. Data storage for a 120 day mission.� Propose the sampling rate needed to provide Condition Based Maintenance. Data must be easily accessible to the USCG; e.g., CSV data format with clearly labeled headers. System must operate on ships power and must be operable in a shipboard marine environment without degradation.� Note that the HEALY is an icebreaker and the equipment will be subject to high vibration levels during ice-breaking operations. The system should meet MIL-STD-167-1, Type 1 of ANSI S2.26, or equal vibration standard representing shipboard vibration.� Detail the standards used. Detail previous shipboard installations.� Provide number of years in business and the number of customers for various industry segments (marine, utilities, process plants, military, etc.). � USCG also requests information for implementing Condition Based Maintenance of the above critical equipment and is interested in other monitoring methods as applicable to the equipment.� Detail the advantages of alternative methods of CBM to vibration monitoring alone. The USCGC HEALY also has a portable vibration monitoring system covering 97�Fans and 9 pumps.� Advise if a solution encompassing both the continuous and portable vibration monitoring systems can be combined into a homogeneous system, thus reducing the sampling time needed for the portable system. Drawings�and Technical Manuals for the installed Portable Vibration Monitoring and the Portable Vibration Monitoring System are available upon request. If your company believes that it has the capability to support this requirement, please respond by providing your solution/specifications, not to exceed 10 pages. Requests for drawings must be submitted to Jaime Diaz: Jaime.Diaz@uscg.mil and Sarah Marsiglia E: Sarah.E.Marsiglia@uscg.mil.� Access to Export Controlled Drawings:� Some references listed in this request for information, are subject to export control limitations, otherwise restricted distribution, have been deemed ""limited access,"" and ""export controlled"" documents.� In order to access these documents, vendors must be certified as a US or Canadian contractor in the Joint Certification Program (JCP), administered by the Defense Logistic Information Service (DLIS).� Instructions and procedures for being certified by JCP can be found at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.� Only those Contractors that have current certification by JCP will be granted explicit access to these packages by the United States Coast Guard.� When requesting drawings, Contractors must include their JCP Certification Number.� In accordance with COMDTINST M5260.6A, Management of Scientific and Technical Information (STINFO), potential offerors will also be required to complete, sign, and submit Attachment Non-Disclosure Agreement to Jaime Diaz: Jaime.Diaz@uscg.mil and Sarah Marsiglia E: Sarah.E.Marsiglia@uscg.mil in order to request the drawings associated with this requirement. JOINT CERTIFICATION PROGRAM (JCP): The Joint Certification Program (JCP) certifies Canadian and United States (U.S.) contractors for access to unclassified military technical data belonging to Canada's Department of National Defense (DND) and to the U.S. Department of Defense (DOD).� The JCP helps to protect controlled Unclassified Militarily Critical Technical Data (MCTD) and technology from common adversaries, but allows it to flow to certified Canadian and U.S. companies that have a legitimate need-to-know for business purposes.� This program is effective in protecting the competitive edge of North American companies by ensuring that only eligible companies are provided with this data.� http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx This is a Request for Information Notice only, and not a solicitation announcement.� This notice is a market research tool being utilized to determine the availability of potential sources who can provide the service requirement. Interested parties must submit the following: (a) Company name, business size status (i.e., small, large, 8(a), SDVOSB, WOSB, etc.), DUNS Number. (b) Capability to perform work. Also provide any information concerning any licensing rights you possess. (c) Past performance information to demonstrate successful completion as a prime contractor of projects similar in scope and complexity to the work items above. Include contract numbers, project titles, project description, dollar amounts (award and final values), references with email addresses and telephone numbers. DISCLAIMER This Request for Information Notice is for Informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this notice. No funds are available to pay for preparation of responses to this notice. Therefore, no reimbursement will be made for any costs associated with providing information in response to this notice and any follow-up information requests. Any information by respondents to this notice is strictly voluntary. All data received in response to this Request for Information Notice marked or designated as corporate or proprietary information will be fully protected from release outside the government. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a Request for Information notice, no debrief, evaluation letters, and/or results will be issued to the respondents.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7ae881d73de547d68c3111d0f696d507/view)
 
Place of Performance
Address: Seattle, WA, USA
Country: USA
 
Record
SN05798661-F 20200917/200915230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.