SOURCES SOUGHT
28 -- Marine Diesel Engines w/ Reduction Gearing
- Notice Date
- 7/12/2019
- Notice Type
- Synopsis
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Attn: CEMVP-CT 180 East Fifth Street St. Paul MN 55101-1678
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES19SS0009
- Response Due
- 7/23/2019
- Point of Contact
- John P Riederer, Contract Specialist, Phone 651-290-5614, - Kenneth J. Eshom
- E-Mail Address
-
John.P.Riederer@usace.army.mil, kenneth.j.eshom@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers – St. Paul District is seeking a contractor to supply two marine diesel engines with reduction gearing to be installed by Government personnel in a Government motor towing vessel. This Request for Information (RFI) is seeking information from firms interested in fulfilling the Government’s requirements. Information will be used to guide the acquisition process. Description of Current Setup The vessel currently uses two 6CTA 8.3 T2 Cummings engines as the principal propulsion power source for a motor towing vessel. The towing vessel is 46’ in length with a beam of 14’ steel construction. The principle mission for the vessel is a tender boat for the U.S. Army Corps of Engineers’ Dredge Goetz fleet. This vessel has an external hull mounted Fernstrum Keel cooler for each engine, with a model number of B16108B, to provide the cooling avenue for the engine. The main propulsion engines are a Cummings 6CTA 8.3 T2 engine rated at 270 Horsepower @ 1800 RPM with a continuous / uninterrupted rating. The 6CTA 8.3 T2 Cummings engines have a heat rejection to coolant of 10,741 BTU/min. These Cummins main propulsion engines had to be reduced in power due to overheating issues as they produce too much heat rejection to the coolant when operating at its maximum output power. The Fernstrum Keel cooler # B16108B is the largest keel cooler that could be adapted to the vessel hull. Other specifications include, a fixed mounted engine water pump that develops 60 GPM @ 20 feet. The reduction gears are a ZF model ZFW325 with a gear reduction ratio of 3.985:1. The reduction gear has a heat rejection of approximately 400 BTU/min to coolant. The propeller is a four blade stainless propeller 38” diameter x 36” pitch. The propeller turns at a maximum of 452 RPMs with an engine load speed of 1,800 RPMs. Specifications for New Engines and Gearing: The following paragraph outlines the featured design and capacity provisions for the replacement diesel marine main engines with marine reduction gear. The supplied marine diesel main engines shall be a minimum of 220 Horsepower @ 2,100 RPM with a rating of continuous / uninterrupted. The engine shall be an inline 6 cylinder configuration with a displacement not less than 8.0 Liter. The marine main engines shall be constructed and tested with a minimum fuel / emission rating of EPA Tier 3 utilizing # 2 diesel fuels. Each main engine shall not exceed 8,000 Btu/min rating of heat rejection to the coolant. The cooling system must be compatible with the installed Keel cooling set-up and have a water pump rating at or above 60 GPM. The engines must have an engine mounted auxiliary tube cooler for the reduction gear. The engines must have an arrangement as a marine application, to include an engine water cooled exhaust manifold. Each main engine shall be constructed with a wet - type removable / replaceable cylinder liner. The fuel delivery system shall be an electronically controlled high pressure common rail fuel system with variable timing. The engine must have an optional auxiliary gear drive for a hydraulic oil pump to provide hydraulic steering for the vessel. The main engines will be constructed for 24VDC capabilities. The main engines will have an engine mounted gauge panel. This gauge panel will include oil pressure, jacket water temperature, alternator charging rate, engine hour meter, RPM meter and start / stop capabilities. The engine mounted gauge panel shall be constructed to accept supplied remote dash panel gauges with wiring harness with the same capabilities and features as the on engine gauge panel. Miscellaneous: The U.S. Army Corps of Engineers will provide the manpower resources and equipment to position the main engines, connect any electrical lines, exhaust piping, fuel connections and modify the mountings for installation. In advance of the main engines the manufacture and/or distributor, will provide detailed mounting blueprints/schematic to expedite the installation process. In addition to the above, any distributor or manufacture preparing a proposal for submission requiring a preliminary inspection of the current set-up, must do so at their own expense. Photographs, copies of blueprints and additional essential information are available upon request. Main engine package to include: two diesel engines as specified above, two operator manuals, two parts manuals and two service manuals. Information Sought: This is a request for information (RFI), not a request for quotes, invitation for proposals, or invitation for bids. Please do not submit pricing information. This RFI does not commit the Government to issue a contract. The Government is seeking firms interested in supplying the marine diesel engine package described. Interested parties shall send the following information: • Firm Name and CAGE Code/DUNS Number • System for Award Management (SAM) Registration Status • Business Size (employees and average annual revenue) • Eligibility Status for Small Business Set-Aside Programs (Small Disadvantaged Business, 8(a) program participant, HUBZone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business) • Brand and Model of Engines and Gearing Offered • Country of Origin of engines and major components • Status as Manufacturer or Reseller • Lead Time Required to Deliver Engines meeting Specifications • Specialized Information required (technical data, photos, blue prints, etc.) Please send the requested information by email to: John Riederer, Contract Specialist – John.P.Riederer@usace.army.mil AND Ken Eshom, Contract Specialist – Kenneth.J.Eshom@usace.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES19SS0009/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineers Fountain City, WI
- Zip Code: 54629
- Country: US
- Zip Code: 54629
- Record
- SN05368268-F 20190714/190712230025 (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 |