Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOLICITATION NOTICE

J -- Inspection of a Radial Thrust Bearing Assembly

Notice Date
12/17/2025 4:30:42 AM
 
Notice Type
Solicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES26QA0110001
 
Response Due
12/30/2025 12:00:00 PM
 
Archive Date
01/14/2026
 
Point of Contact
Benjamin Knutson, Phone: 6512905418, Sharon Frank-Scheierl, Phone: 6512900518
 
E-Mail Address
benjamin.t.knutson@usace.army.mil, Sharon.m.frank-scheierl@usace.army.com
(benjamin.t.knutson@usace.army.mil, Sharon.m.frank-scheierl@usace.army.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Statement of Work (SOW) Radial Thrust Bearing Assembly Inspection and Repair 1. Scope This Statement of Work (SOW) defines a two-part effort for the inspection and repair of the radial thrust bearing assembly installed on the VOSTA HPD 550-1350-280 dredge pump. Phase 1 � Inspection, Report, and Repair Estimate The contractor shall perform a full inspection of the radial thrust bearing assembly to document component condition, identify the cause of oil leakage, and produce a written inspection report with a detailed repair/replacement cost estimate. The phase 1 price will include return shipping to the Corps� FCSB location. Phase 2 � Repair and Replacement (Upon Government Approval) Repair or replacement activities shall occur only after the Government issues written approval. The objective is to restore the assembly to full operational capability in accordance with OEM and industry standards. Oil leakage has been observed at the seals; therefore, special attention shall be given to seal condition, integrity, and lubrication during both inspection and repair. The Corps reserves the right to compete the repair among other vendors. Should the firm awarded the inspection contract not win the contract for repair work the unit will be, reassembled (if needed), safely packaged, and returned to the Corps� FCSB location no later than 14 business days from notification. 2. Applicable Documents The following documents shall guide this effort. The contractor shall have permission for use and access to the following company provided documents: VOSTA HPD 550-1350-280 Operation and Maintenance Manual OEM technical drawings, specifications, and service bulletins The work shall comply with the latest revisions of the following standards: Standard Description ISO 13709 / API 610 Centrifugal Pumps for Petroleum, Petrochemical, and Natural Gas Industries (primary heavy-duty pump specification). ISO 5199 Technical specifications for centrifugal pumps � Class II. ISO 281 Rolling bearings � Dynamic load ratings and rating life. ISO 1940-1 Mechanical vibration � Balance quality for rigid rotors. ANSI/ABMA 9 Load Ratings and Fatigue Life for Ball Bearings. ANSI/ABMA 11 Load Ratings and Fatigue Life for Roller Bearings. ANSI/ABMA 7 Shaft and Housing Fits for Metric Radial Ball and Roller Bearings. ANSI/EASA AR100 Recommended practice for repair of rotating electrical apparatus�Section 2.2 regarding bearings. 3. Requirements 3.1 Phase 1 � Inspection Requirements The contractor shall: Perform a complete inspection of the radial thrust bearing assembly to identify wear, damage, or defects. Document the condition of all bearing components, including races, rollers, cages, seals, lubrication channels, and other related parts. Evaluate and document the source and extent of oil leakage, including photographs and corrective recommendations. Provide a written inspection report identifying components requiring replacement. Include photographic documentation of all damaged or worn components. Provide a detailed cost estimate for repairs or replacements, including part lead times. 3.2 Phase 2 � Replacement of Damaged Components (Upon Approval) The contractor shall: Remove and replace only Government-approved components identified in Phase 1. Use OEM-certified replacement parts only. Install components using OEM procedures and correct torque specifications. Apply proper lubrication, seals, and fasteners in accordance with OEM guidance. Document all replaced components with photographs. 3.2.1 Government Approval Requirement No removal, replacement, or repair work shall begin without written authorization from the Contracting Officer (CO). Any unauthorized repair work shall be performed at no cost to the Government. 3.3 Testing and Verification � to be priced as part of any repair submission. After completion of approved repairs, the contractor shall: Perform alignment and functional checks. Verify rotational performance, load capacity, and lubrication flow per OEM standards. Provide documentation of all test results. 4. Materials and Workmanship All replacement parts shall be new, OEM-certified, and free of defects. All work shall comply with OEM instructions and accepted industry best practices. Personnel performing the work shall be qualified in heavy-duty pump bearing maintenance. 5. Deliverables The contractor shall provide: Phase 1 inspection report, including findings, required replacements, and photos. Repair cost estimate. 6. Quality Assurance and Acceptance Government representatives may witness inspection, repair, and testing activities. Final acceptance shall be based on: Compliance with this SOW 7. Schedule The contractor shall submit a detailed schedule for inspection, reporting, approval, repair, and testing no later than 15 January 2026. All work, to include any authorized repair, shall be completed no later than 15 March 2026. 8. Shipping, Delivery, and Reporting The contractor is responsible for all shipping costs and logistics for transporting the unit to and from their facility. The unit is Approx. 8,000 pounds, is on cribbing and can be loaded and unloaded from/to the Army Corp. facility 0730-1500 Mon-Friday. Loading/unloading from Corp. facility shall be completed by the contractor. Pick up/Shipping Address: 431 North Shore Drive PO Box 397 Fountain City, WI 54629 All documentation shall be submitted to the Government Technical Point of Contact (TPOC). All replaced components shall be returned to the Government for inspection and final disposition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4f619ff4e4cf451aadecb9352ed8b130/view)
 
Place of Performance
Address: Fountain City, WI 54629, USA
Zip Code: 54629
Country: USA
 
Record
SN07668747-F 20251219/251217230034 (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 |
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.