Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2014 FBO #4639
SOURCES SOUGHT

19 -- Sources Sought for Procurement of engineering and support services for crane repair and re-certification

Notice Date
8/5/2014
 
Notice Type
Sources Sought
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-14-R-0032
 
Response Due
8/12/2014
 
Archive Date
10/4/2014
 
Point of Contact
Megan M. McMullen, 2156566765
 
E-Mail Address
USACE District, Philadelphia
(megan.m.mcmullen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for INFORMATION 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 Contracting Office to use this information for market research purposes only. The survey is being conducted to determine the interest of industry within NAICS codes #333120, #333923, and #423830, and establish that there are adequate Large and/or Small Business (HUBZONE 8(a) or Service Disabled Veteran Owned Small Business) contractors for the following crane repairs, which include engineering and design support. 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 the Federal Business Opportunities (http:www.fbo.gov). The Louisville District of the Corps of Engineers operates the floating crane barge HENRY M. SHREVE, which is the largest floating crane in the Corps of Engineers with a lift capacity of over 500 tons. The barge mounted revolving crane was extensively damaged in a crane accident on August 1, 2013. There was no damage to the barge hull or to any other equipment on the barge. The Government is issuing this RFI to identify the resources available to determine the repairs, perform engineering and design work to correct any deficiencies, provide the equipment for repair, and provide oversight of the repairs and re-certification of the crane. It is the Government's intent to have this repair work performed onsite at its Louisville Repair Station The Government does not own or have rights to the original crane design or drawings. Any interested parties would be required to engineer any corrections based on its inspection of the crane and\or coordination with the manufacturer. 1) General Characteristics of the SHREVE crane: The crane is a Washington crane model #52, serial #F2567 The crane is a balanced deck design, tub mounted, marine revolver crane. The crane is self-contained diesel electric with on board generator. All hoist and swing functions are powered by DC electric motors and variable speed drives. Over Stern capacity is 500 tons at 71 foot radius, 1 degree machine list and trim. Fully Revolving Capacity is 425 tons at 71 foot radius, 3 degree machine list and trim. Aux Hoist Capacity is 40 tons. Boom Length is 200 foot. Crane Tub Slewing Rail Circle Diameter is 52 foot. Tub Height: 14.25 feet. Counterweight: 500 tons. Max stowed height above the deck: 42 feet. Max tailswing: 45 feet. Boom pin height above deck: 26 feet. On board generator: 1135 kW. Main Hoist: 400 HP. Main Hoist Wire: 1-1/4 inches, 800 feet. Boom Hoist: 250 HP. Boom Hoist Wire: 1-3/8 inch, 6,200 feet. Slewing Drives (2): 125 HP each. Design to ASME B30.8. 2) Engineering work required to determine the scope of repair as well as requirements to re-certify the crane for return to service: Examine the existing crane for compliance with the current standards and make design changes where required. The Government's accident investigation indicates that the original design and some of the current crane features may have contributed to the accident. Government concerns will be identified. Determine requirements for repairing or replacing boom. Determine requirements for repairing or replacing the complete boom hoist. Determine requirements for repairing or replacing main hoist and auxiliary hoist brakes. Determine requirements for replacement of all wire rope. Determine requirements for renovating the main and auxiliary hoist blocks. Determine requirements for replacing motor controls for all three hoists, and the slewing drives. Determine replacing the motors for all three hoists, and for the slewing drives. Determine requirements for all power cabling. Determine requirements for replacing the LMI. Design a Ground Fault Detection System for crane electrical system. All engineering and design work shall result in a scope of work that will allow for the crane to be repaired and upgraded in order to be re-certified to ASME B30.8 or API 2C, 7th Edition requirements. 3) Repair and Re-certification: Based on the developed scope of repair as well as design upgrades, the offeror is expected to be able to procure the equipment, materials, services, and labor to repair and have the crane re-certified and returned to service. As a minimum, the repairs would include providing and installing: A replacement boom A replacement boom hoist, entirely A replacement main hoist and auxiliary hoist brakes Replacement of all wire rope Renovating and installing main and auxiliary hoist blocks Replacement motor controls for all three hoists, and for the slewing drives Replacement motors for all three hoists, and for the slewing drives with AC motors Replacement of all power cabling Replacement of the LMI A ground fault detection system for the crane electric system The offeror is expected to provide oversight while the repairs are being made and provide the re-certificate. All interested business concerns for this requirement may submit the following: Company name DUNS number Type of business concern Years in business Statement of capability and qualifications of the organization to perform the requirement List of similar projects worked on over the past 7 years and services provided on those projects. The North American Classification System (NAICS) codes for this acquisition are #333120, #333923, and #423830. ** 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 Megan McMullen and Bruce Hayes at the following email addresses: Megan.M.McMullen@usace.army.mil Bruce.E.Hayes@usace.army.mil On or before 12 August 2014, 2:00 PM EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-14-R-0032/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03450534-W 20140807/140805235457-5d5b43dba93b6c8a85fe575c4c49ce93 (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.