Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2012 FBO #4001
SOLICITATION NOTICE

36 -- REPAIR GEARBOX FOR ILWW

Notice Date
11/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333612 — Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK13T0001
 
Archive Date
11/24/2012
 
Point of Contact
Ann M. McCrery, Phone: 3097945613
 
E-Mail Address
ann.m.mccrery@usace.army.mil
(ann.m.mccrery@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Rebuild of Model 1800DHV worm drive gear box. Rebuild consists of the following. Bearings • All bearings will be replaced to restore unit efficiency and reliability. Gears & Shafts • The gears and shafts will be visually inspected and their "As Found" condition documented. • All re-usable torque-transmitting components will be Magnetic-Particle Inspected (MPI) to ensure that they do not show any indications of operational distress, and will continue to operate with long-term reliability. • Digital photographs will be taken of any damaged areas. • The repair or replacement of any rotating elements (gears & shafts) is not included in this scope of work but should be addressed in the revised quote if found to be needed after the inspection is complete. Housings & Covers • The housing will be visually inspected. • The interior and exterior of the housing, caps and covers will be thoroughly cleaned and prime-coated. • Re-boring and/or milling of the base and split-line, or any other repair or modification to the housing is not included in this scope of work but should be addressed in the revised quote if found to be needed after the inspection is complete. Seals & Gaskets • All seals will be replaced. • All shims will be replaced. • All gaskets will be replaced. • All O-rings will be replaced. Hardware • The Bellville Washers in the Torque Control Assembly will be re-used. • All lubrication piping and components will be replaced. • All locating pins, nuts, bolts, and washers will be replaced. • Repair or replacement of any of the electrical and electronic components is not included in this scope of work but should be addressed in the revised quote if found to be needed after the inspection is completed. Pre-Shipment Procedure • A thorough pre-test inspection will be performed to verify that the gearbox meets all design, dimensional and quality standards. • Gearbox performance will be validated by conducting a no-load, full speed, mechanical spin test for a minimum of 90 minutes. Operating temperature, sound, vibration, oil pressure and flow levels will be recorded. • The exterior of the gearbox will be painted with a high quality epoxy coating. • In addition to a standard no-load mechanical spin test, a special static-load test to properly calibrate the torque-limiting micro-switch is to be performed. The test will be repeated 10 times to validate the consistency of the micro-switch operation and the test results will be documented and recorded. The US Army Corps of Engineers, Rock Island District, intends to procure this requirement on a sole source basis in accordance with the statutory of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Service Will Satisfy Agency Requirements. The US Army Corps of Engineers, Rock Island District, intends to enter into a firm, fixed-price contract with Timken Gears and Services Inc., 901 East 8th Ave Ste 100, King of Prussia, PA 19406-1354. The NAICS code for this procurement is 333612 with a size standard not to exceed 500 employees. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any small-business firm that believes it can meet the requirement may give written notification to the Contracting Officer. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement listed. A determination by the government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions should be directed to Ann McCrery at 309-794-5312; email: Ann.M.McCrery@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK13T0001/listing.html)
 
Place of Performance
Address: US ARMY CORPS OF ENGINEERS, ILLINOIS WATERWAY PROJECT, 257 GRANT ST, PEORIA, Illinois, 61603, United States
Zip Code: 61603
 
Record
SN02924463-W 20121107/121105234159-1adeaf9be048a3398ee530dc2d1fca32 (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.