SPECIAL NOTICE
J -- Notice of Intent to Sole Source -Duluth DL Billmaier and Lufkin Repairs
- Notice Date
- 3/12/2025 10:38:38 AM
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- W072 ENDIST DETROIT DETROIT MI 48226-5000 USA
- ZIP Code
- 48226-5000
- Solicitation Number
- PANGLR-25-P-0000003690
- Response Due
- 3/27/2025 11:00:00 AM
- Archive Date
- 04/11/2025
- Point of Contact
- Seokho Cho, Stephanie M. Craig, Phone: 3134395598
- E-Mail Address
-
seokho.cho@usace.army.mil, Stephanie.M.Craig@usace.army.mil
(seokho.cho@usace.army.mil, Stephanie.M.Craig@usace.army.mil)
- Description
- This is a NOTICE OF INTENT TO SOLE SOURCE for the purposes of DL Billmaier and Lufkin repairs in Duluth, MN and will be sole sourced to: National Maintenance & Repair of Kentucky, Inc 4350 Clarks River RD Paducah, Kentucky 42003-0820, United States As part of this procurement, the Detroit District intends to solicit on a sole source basis under the authority of FAR 6.302-1(a)(2) to National Maintenance & Repair of Kentucky, Inc. The Contractor was at 50% completion, but in order to address unforeseen conditions, the period of performance elapsed. This new contract is for the completion of the remaining 50% of the work. Work under this contract is expected to include the following, but not limited to: Performing service work to repair the Electro Motive Diesel (EMD): Unhook and remove both layshafts and replace with new layshaft. Change bearings in layshaft support bracket. Change bearings in layshaft governor arms. Reattach injector linkage and Set injector Link. Reseal overspeed trip housing with new o-rings on the oil drain sleeves. Replace overspeed trip springs. Replace both after coolers with rebuilt coolers. Remove and clean turbo screen. Reinstall turbo screen with new gaskets. Change valve bridges on cylinder 6 The contractor shall provide a main engine inspection and report documenting the condition of the main engine. After completion of work, the contractor shall oversee the startup, main engine running to operating temps and the shutdown process. After the test, the contractor shall supply USACE a completion report of the work. Performing service work to repair the Lufkin Transmission: The Contractor shall disassemble and install the government furnished supplies and provide the following services. Complete disassembly on gear units Remove and disassemble low and high-speed elements. Inspect low speed thrust bearing. Clean and inspect gear elements dimensionally to check journals and bearing carriers. Inspect bearing carriers. Install new seals and slingers. Reassemble low and high-speed elements. Rig back into gear case and assemble units. Record all final bearing and pinion endplays. Inspect lube oil pumps. Inspect all clutch parts. After installation, the contractor shall witness a sea trail to verify the repairs were completed successfully. The date of sea trial shall be coordinated with the governments COR for this contract. The contractors shall provide a Lufkin inspection report documentation the condition of the transmission and its components. Additional parts to be replaced in the transmission: Bearings: (4) 23038 (4) 23048 Drums (2) 24FKT1000 Oil Pump Tuthill 6RSC If required, the Contractor shall furnish hoisting services aboard the vessel and to remove supplies and equipment from the vessels. Contractor shall furnish all supplies, equipment and materials necessary to meet the requirements of the PWS that are not provided by the Government. This notice of intent is not a request for a competitive proposal. THIS IS NOT A SOLICITATION, and the information contained herein are subject to change or be eliminated from the requirement. Only Contractor's capable of providing directly compatible equivalent products shall respond. Oral communications are not acceptable in response to this notice. Interested parties who feel they have the capability may identify their interest and capability in writing to the identified point of contact, no later than March 27 2025 at 2:00pm (EST). To demonstrate your firm's interest and capabilities to provide compatible equivalent products, please provide the following: 1. Name of Firm 2. Cage Code 3. Point of Contact, Phone Number, and Email address 4. Supporting documentation to illustrate the directly compatible equivalent product(s) Submit any information for consideration by the Government to seokho.cho@usace.army.mil , stephanie.m.craig@usace.army.mil, and LRE-Proposal@usace.army.mil, Subject: Notice of Intent for Sole Source - Duluth DL Billmaier and Lufkin Repairs. Responses shall be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the government to specify these brand names, based upon responses to this notice, is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e04f06b1e293425ba8873261ab199d13/view)
- Place of Performance
- Address: Duluth, MN 55802, USA
- Zip Code: 55802
- Country: USA
- Zip Code: 55802
- Record
- SN07369043-F 20250314/250312230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |