Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2011 FBO #3613
SOLICITATION NOTICE

99 -- Wanted: Reconditioning of Pump Traction Motors for the Dredge Goetz in Fountain City, WI - Solicitation

Notice Date
10/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator 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-T-0003
 
Archive Date
11/8/2011
 
Point of Contact
Shannon Matthews, Phone: 651-290-5304
 
E-Mail Address
shannon.l.matthews@usace.army.mil
(shannon.l.matthews@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation i) This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR PART 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. ii) Solicitation Number: W912ES-12-T-0003 is being issued as a request for quotes (RFQ). Quotes are due no later than 24 October, 2011 at 9 am. CDT. iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. iv) This procurement will be set-aside for Small Business concerns under North American Industry Classification Code 335312 Size Standard 1000. v) Requirements are defined as follows: CLIN Item Qty Unit of Measure 0001 3 AC Traction Motors 1 LS U.S. Army Corps of Engineers Dredge Goetz Traction Motor Recondition Project: Recondition two 1500 Horsepower A/C pump traction motors and one 400 Horsepower traction motor for the cutterhead drive system for the U.S. Dredge Goetz. Scope of Work Acceptance Criteria & Specifications: The following must be performed on the three proposed traction motors, although not limited to. The motors will be disassembled, cleaned and the internal parts inspected. All the mechanical & appropriate clearances and fits will checked this includes bearing housings, shaft journals, shaft run-out, seal surfaces, end bell housings, couplings and keyways. All dimensions shall be recorded. Any and all deficiencies shall be reported. The motors shall be steam cleaned and bake dry the stator windings. The stator windings shall be varnish treated. The rotors shall be dynamically balanced to G1.0 Specs. The selected company performing the reconditioning shall furnish and install all new motor bearings. The motors shall be assembled and tested. Also perform and record final electrical test @ no load amps and record vibration levels. The final step will be to paint and prepare the three motors for shipment. The vender will supply a complete repair/test report for the U.S. Army Corps of Engineers. Bearing Requirements • 400 Hp Motor -Bearings #s (NU2222 & 6317) • 1500 Hp Motor - Bearings #s (NU330 & FAG 6326) Motor Specifications 1500 Frame Hp Traction Motor Specifications • Model - OEM5801B-01/3635-PMPMTR1 • Frame - Traction • ENC - Ip22 • Code - A/B • Type - TFS • Poles - 6 • INS - H • Volts - 575 • FL (Amps) - 975 • NL (Amps) - 390 • Max RPM - 2300 • Serial # - 36350013800123 • PE (BRG) - NU330 • Rotor (WKSQ) - 1060 LB/FT Sq • OPE (BRG) - 6326 • Torque LB/FT - 5906 • HZ - 40 • Volts - 575 • Amps - 975 • RPM - 800 • Hp - 900 (VFD) 400 Hp Traction Motor Specifications • Model - OEM4001B or OEM4001B-01 • Rated Output - 298KW (400 Hp) • Volts (575) • HZ - 40 • Max RPM - 3000 • Duty - Continuous • FL (Amps) - 344 • NL (Amps) - 102 • Poles - 4 • Torque LB/FT - 5768 • Insulation Class - H • Shaft Material - ASTM 4140 • Balance - ISO G2.5 • Weight 3200 LBS • Drive End (BRG) - NU2222 • NON - Drive End (BRG) - 6317-C3 Delivery Terms / Conditions: Delivery, shipping & packaging charges shall be included in the proposal. The address that the motors will be shipped from and to is below. Location of Work / Shipment: U.S. Army Corps of Engineers 431 North Shore Drive Fountain City, WI. 54629 Attn: Dredge Goetz Miscellaneous: The U.S. Army Corps of Engineers will remove the traction motors from their mountings and prepare them for shipment to be reconditioned. Upon completion of the reconditioning the U.S. Army Corps of Engineers will reinstall the A/C traction motors. In addition to the above, any distributor or manufacture preparing a proposal for submission requires a preliminary inspection of the proposed project, must do so at their own expense. Photographs, copies of blueprints and additional essential information are available upon request. vi) FAR 52.212-1, Instructions to Offerors - Commercial applies to this solicitation. vii) FAR 52.212-2, Evaluation - Commercial Items does apply to this solicitation. Evaluation of Offers Offers shall be evaluated IAW FAR Part 13 - Simplified Acquisition Procedures. Offers will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest priced technically acceptable offer. The following factors will be used to evaluate offers: (i) Technical capability of the items and service quoted to meet the Government's requirement; and In order for the offer to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (ii) Product description conforming to specifications in the scope of work. For services the offeror shall not simply rephrase or restate the Government's requirements, but shall provide convincing rationale to address how the offeror intends to meet these requirements. For products a description matching the specifications of the Government requirement is acceptable. (iii)To be considered for evaluation, all Contractors may submit an electronic offer to the following email addresses no later than the stated due date and time in block 8 of the SF 1449. Submit an electronic offer to Shannon.l.matthews@usace.army.mil You may also deliver hand carried offers to 180 5 th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date in block 8 of the SF 1449. Submission of offers via fax will not be accepted. Late Offers Offers that are received late in accordance with FAR 52.212-1(f) will not be considered for award. Late offers will be considered late. Addendum to 52.212-1(b)(5) Terms of Express Warranty 1. The Contractor shall provide the standard commercial warranty or the warranty terms the Contractor offers to its most favorable customers, whichever is greater; however, the minimum warranty shall be one year. This excludes acts of Government negligence, acts of war and acts of nature. Any warranty offered shall be incorporated into the contract. The warranty shall include all parts, labor, transportation, and installation. 2. The contractor shall ensure each warranty includes details of the warranty duration and warranty coverage. Repairs required during the warranty period that are covered under the terms of the express warranty shall be the responsibility of the contractor providing the warranty. The Contractor and its suppliers may offer extended warranties in its quote, which may be accepted at the Government's discretion and included in the contract award. However, the offer of additional warranties will not affect technical acceptability or favor one contractor over another. 3. The contractor's terms of express warranty shall be incorporated into the contract award. Exchanges with Offerors after Receipt of Offers/Quotes/Proposals Contractors may be asked to clarify certain aspects of their offer/quote/proposal. Clarification conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for revision. The Government intends to award a contract without discussions with respective contractors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. viii) Offerors must submit with their offer a completed clause 52.212-3, Offeror Representations and Certifications or indicate current registration with the online representations and certifications application (ORCA). Clause 52.212-3 may be found in the attached document or at http://www.acquisition.gov/far/ ix) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition. x) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in the 52.212-5 are applicable: 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.222-41, 52.222-42 xiii) Other applicable clauses, 52.225-25, 52.247-34, 52.252-1, 52.252-2, 252.212-7001, 252.232-7010 xiv) Defense Priorities and Allocations System (DPAS) - not applicable. xv) Offers are due - not later than 24 October, 2011 at 9am CDT. xvi) INSTRUCTIONS TO OFFERORS To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial items and/or services. Submit an electronic quote to Shannon.L.Matthews @usace.army.mil. You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date stated above. Quote Preparation Instructions NOTE: All Contractor quotes with company identifying information (name, logo, stamp, etc...) shall be limited to the cover page only on all submitted information, including technical submittals and schedules provided with the quote. 1. Contractors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449 or submit alternate document(s) containing comparable information sufficient to allow for a determination of technical sufficiency and price acceptability. In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments. 2. Contractors shall insert proposed unit ("UNIT PRICE") and extended prices ("AMOUNT") in Pricing Schedule. Please note that a price must be entered on all CLINS as partial quotations will not be accepted. 3. Offerors shall complete the fill-ins and certifications in the provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the proposal or acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 4. Quoters shall provide all technical submittals and information as requested in these specific instructions. 5. Provide detailed warranty information in accordance with Addendum to 52.212-1(b)(5) in these specific instructions. 6. Prior to award contractor must be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov. 7. The U.S. Army Corps of Engineers, as part of the Federal Government, is tax exempt. Federal Tax ID#62-1642142. Electronic Quote Format All quote information shall be provided on, or formatted to, standard paper size. Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6." For any questions regarding this solicitation, e-mail is the preferred method. E-mail questions to, Shannon.L.Matthews@usace.army.mil. See attached document(s) for further information
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-12-T-0003/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, 431 North Shore Drive, Fountain City, Wisconsin, 54629, United States
Zip Code: 54629
 
Record
SN02607409-W 20111016/111014233936-068d041c91957200ba0c126bf6fe35b9 (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.