Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2010 FBO #3091
SOURCES SOUGHT

20 -- Fin Stabilizer Component Renewal USCGC 270 WMEC - Market Research Specification

Notice Date
5/10/2010
 
Notice Type
Sources Sought
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
2110800P45V32
 
Archive Date
5/28/2010
 
Point of Contact
Tara M Holloway, Phone: 757-628-4754, Michael E Monahan, Phone: 757-628-4639
 
E-Mail Address
tara.m.holloway@uscg.mil, michael.e.monahan@uscg.mil
(tara.m.holloway@uscg.mil, michael.e.monahan@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Detailed Market Research Spec with drawing and Supplier Survey This noticed is issued by the United States Coast Guard as a Sources Sought Notice to solicit responses from interested parties. All prospective offerors must submit their business size with response. The United States Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) or for Small Business. The estimated value of this procurement is between $500,000 and $3,000,000. The small business size standard is less than 1,000 employees. The NAICS Code is 33996. The acquisition is for the following Hydraulic System Equipment (Fin Stabilizer Component Renewal: (1) Design; (2) Provide one (1) prototype; (3) Provide Replacement Components; (4) include technical documentation for the US States Coast Guard Cutters 270 Foot Medium Endurance Cutter Fin Stabilizer Component Renewal. All welding and brazing shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. The contract start date on about June 21, 2010. All prospective offerors must submit their business size with response. Please respond by e-mail to tara.m.holloway@uscg.mil or by fax (757) 628-4562. Your response is required by 13 May 2010 at 12:00 PM EST. Questions may be referred to Tara Holloway at (757) 628-4754. In response please include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. Contractors are reminded that should this acquisition become a HUBZone set aside, SDVOSB Small Business or Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside or 52.214-6, will apply, which requires that at least fifty (50) percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. All of the below must be submitted in sufficient detail for a decision to be made on a HUBZone, Service-Disabled Veteran-owned Small Business set aside or Small Business set aside. Failure to submit all information requested may result in a small business set-aside. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOps website at http://www.fedbizopps.gov. Market Research Specification: 1.0Purpose: The purpose of this document is to identify specific capabilities of potential vendors or suppliers to satisfy a Government agency need for a possible future Government solicitation. This specification is only for the purpose of collecting information and does not obligate the Government in any way to solicit or accept any quotation for goods or services from any vendor or supplier. 2.0Scope: The goods and services that would be required for the potential Government solicitation are related to the supply and installation of equipment and components used to replace part of an existing hydraulic system on a Government vessel. This will be necessary to eliminate obsolescence problems experienced with the existing system. Equipment and components would include the following: Hydraulic Pump Assembly Hydraulic Control Manifold Assembly Electrical Controls The services required would include the following: Design of closed-loop hydraulic system and equipment Design of electrical control system and equipment Design of system alterations Integration of new equipment and components Supply of all new equipment and components Material and engineering required for any necessary alterations to existing equipment, components, piping and electrical controls Startup and troubleshooting Customer Training Logistics documentation Spare parts 3.0General Equipment Specifications: 3.1 Pump Assembly: The Pump Assembly shall include a variable displacement axial piston pump, charge pump, electric motor, flexible coupling, base plate, relief valves, and isolation valves. The pump assembly foundation (approx. dim. 20” x53”). The main pump shall have the following approximate characteristics: Operating Pressure3000 psi constant 5000 psi intermittent Flow-52.5 gpm to 0 to +52.5 gpm ControlServo valve (+20 mA full stroke) Hyraulic Fluid MIL-L-17672 type 2135TH The charge pump shall have the following approximate characteristic: Operating Pressure280 psi Flow10.3 gpm The motor shall have the following approximate characteristics: Horsepower40hp Power Requirement s440 vac / 3 ph / 60 Hz DutyContinuous Design B EnclosureTEFC Slip<5% 3.2. Manifold Assembly: The hydraulic manifold assembly shall be furnished with all associated valves, fittings and associated components required for installation and operation. The manifold assembly shall be designed for installation using the existing manifold assembly foundation (dim. 19” x 23.5”). Basic functions of the manifold circuit are shown on the manifold diagram. The hydraulic manifold for this closed-loop system controls hydraulic flow and pressure from the pump assembly (both main pump and charge pump) and shall provide flow, pressure and direction control of hydraulic fluid to two external hydraulic cylinders. The charge pump will provide pilot pressure to the manifold (as well as to the main pump) for pilot actuated devices. Cartridge type components shall be used for all pressure relief valves, unloading valves and check valves. All components and fittings shall be SAE straight thread w/O-ring style. The manifold shall have two supply ports to receive and return pump flow. One port will act as a supply line from the pump while the other is a return line to the pump and vice versa depending on the direction that the pump is flowing. The manifold shall also have two discharge ports that will provide supply and return flow from the hydraulic cylinders. As with the supply ports, one of the discharge ports will act as a supply line to the cylinders while the other port is a return line from the cylinders vice versa depending on the direction that the cylinders are being operated. The manifold shall include supply and return lines for flow from and to the charge pump. The manifold shall include check type check valves at appropriate points in the hydraulic circuit. The manifold shall include pilot pressure actuated valving to permit unloading of main pump flow without lifting the pressure relief valves. This valve shall also hydraulically lock the cylinders when unloading the pump flow. The manifold shall include an accumulator to absorb system shock or pressure surges due to sudden stopping or reversal of oil flow. The manifold shall be equipped with test port fittings and air bleed fittings at all appropriate locations in the hydraulic circuit. Ports for pressure transmitters shall be furnished on the manifold for both the discharge lines to the cylinders. The manifold shall be fitted with isolation valves at appropriate locations within the hydraulic circuit. 3.3. Gyro Assembly: The gyroscope should be able to measure pitch, pitch rate, yaw, yaw rate, roll, roll rate, and accelerations. The gyroscope must be able to send digital electronic signals to the PLC for interpretation. The gyroscope assembly shall be furnished with all associated fittings and associated components required for installation and operation. The gyroscope shall be designed for installation using the existing in the foot print of the existing gyroscope (No larger than 3’x3’x3’). 3.4 Electrical Controls: The supplier shall be responsible for a PLC (Programmable Logic Controller) based control system that can receive + or – 15VDC signals. The control system shall consist of PLC system that can read these inputs and the inputs from the gyroscope in order to make calculated movements to the hydraulic system mentioned above. The control system shall have a manual override user-interface, a control panel, and display monitors. 4.0. General Services Specifications: A brief description of the required services to be provided is as follows: 4.1. Design: The supplier shall be responsible for engineering and design of the new components and equipment. This will include preparing all necessary diagram and drawings in AutoCAD 2002 format. The supplier shall prepare designs that integrate the new equipment and components into the existing hydraulic and electrical control systems. Minor alterations to existing piping and foundations may be required to integrate and install the new equipment. These alterations must be shown in the supplier’s designs and drawings. Any software development or programming required for the new electrical control systems will be the responsibility of the supplier. 4.2.Installation: The supplier shall be responsible for supply of all matching flanges/fittings for connection of piping to the supplier furnished equipment plus any other installation materials required other than standard pipe, fittings, fasteners and pipe hangers. Installation will take place at an East Coast or Gulf Coast port at the government’s choice. The supplier shall provide a technical representative will need to meet all security requirements for access onto the government location where the work will be done. 4.3.Startup: The supplier shall be responsible for the startup and successful operation of the new equipment integrated into the existing system. This will include testing, troubleshooting, and correction any problems. The supplier shall also be responsible for training of the vessel’s crew in the operation and maintenance of the new equipment. 4.4.Logistics Support: The Supplier shall furnish copies of all drawings and diagrams prepared for the new equipment. Drawings shall be prepared in AutoCAD 2002 format and shall be furnished in hard copy and electronic file format. The drawing package shall include: •Ripout Drawings •Installation Drawings •General Arrangement Drawings •Detail Drawings •Hydraulic Schematics •P&IDs •Piping Details •Electrical Schematics •Interconnecting Wiring Diagrams •Block Diagrams Revisions to the existing technical publication covering the new equipment and components shall be prepared and furnished in accordance with government specified standards. Technical publication revisions shall include equipment and system general information, safety precautions, operation, functional descriptions, maintenance, troubleshooting, repair, spare parts lists, illustrated parts breakdowns, installation and manufacturer’s sheets. References within the existing manual to the old replaced equipment and components shall be deleted. The supplier shall also be responsible for preparing new Maintenance Procedure Cards for the vessel’s use in maintaining the new equipment. All equipment and components must be of latest design to ensure continued spare parts and repair support for a minimum of 10 years. 5.0 Supplier Furnished Information: The supplier shall provide answers to the following survey related to the above specifications to assist in determining the supplier’s capabilities and ability to satisfy the Government needs. The completed survey should be returned via email to tara.m.holloway@uscg.mil or fax to (757) 628-4562: United States Coast Guard Surface Forces Logistics Center SFLC-CPD-C&P1-WMEC Attention: Ms. Tara Holloway 300 East Main Street, Suite 600 Norfolk, Virginia 23514 Fax: 757-628-4562 Telephone: 757-628-4754 See Attached File for the Supplier Furnished Survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/2110800P45V32/listing.html)
 
Record
SN02144780-W 20100512/100510234511-c7179cf471c8202f14d5495bfdf86218 (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.