Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2004 FBO #1028
MODIFICATION

20 -- Deckmounted Propulsion Units

Notice Date
8/26/2004
 
Notice Type
Modification
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-04-R-0081
 
Response Due
8/17/2004
 
Point of Contact
Chuck Hobbs, Contract Specialist, Phone (321) 494-6292, Fax (321) 494-5136, - Linda Brantley, Contract Specialist, Phone 321-494-3668, Fax 321-494-2706,
 
E-Mail Address
charles.hobbs@patrick.af.mil, linda.brantley@patrick.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is issued to chang the item description as follows: Item Description Transverse Mounted Propulsion Unit 1. SCOPE 1.1 Scope. This specification is for the procurement of transverse mounted propulsion units designed for and capable of propelling sectional cargo deck barges. The propulsion units shall be capable of being mounted transversely on the aft section of the cargo barge in order to reduce the overall space occupied and not degrade the barge’s cargo carrying capacity. 1.2 Quantity required. Two each 2. REQUIREMENTS 2.1 General 2.1.1 Pre-existing design. The propulsion unit(s) shall be of a pre-existing and proven design and manufacture, having demonstrated satisfactory performance, reliability, and durability. 2.1.2 General design and construction. The propulsion unit(s) shall be capable of installation without a need for separate supporting structures such as frames which project below main deck level. The unit(s) shall be secured to the deck by hold down bolts. An operators station or platform shall also be part of the design. The drive assembly shall be direct belt and gear driven and capable of withstanding all propeller generated thrust loads without the requirement for thrust bearing assemblies located below the deck level. The unit(s) shall be capable of being easily disconnected from the deck with the hold down bolts and be transportable without disassembly of propulsion unit components. 2.1.3 Size, weight, and configuration. Each propulsion base shall be five (5) feet wide (thwartships) X 3-4 feet length (longitudinal) excluding the stem and propeller overhang. The weight for the drive unit and stem should be 5.000 to 7,500 lbs. 2.1.4 Power requirements. The unit(s) shall be powered by commercially available diesel engines, four cycle, with a continuous duty rating of 125 HP to 150 HP. Engines shall have push-in type120V single phase, 1000 watt, heat shielded block heaters. The unit(s) shall have spark arrester exhaust systems with residential silencers. Lubrication and cooling requirements shall be provided for the units. Steering controls shall be hydraulically powered. Forward and reverse propeller thrust shall be capable of being attained fully. Propellers shall be heavy duty, commercially available type, sized with the proper diameter and pitch for the application involved; a spare propeller meeting the same specifications is required. Stem (or shaft) length required shall be 80 inches. The required fuel and hydraulic tanks shall be provided. An auxiliary 75 gal fuel tank is required in addition to the internal tank. 2.1.5 Finish and protective coatings. The unit(s) shall be coated and protected for use in a corrosive, marine environment, according to best commercial marine practices. 2.1.6 Performance. The unit(s) shall be suitable for installation on, and propulsion and maneuvering of 80 ft. long sectional cargo deck barges. 2.1.7 Maintainability. The unit(s) shall be capable of being maintained by Air Force personnel. 2.1.8 Commercial drawings and manuals and manufacturer’s recommended spare parts list. The unit(s) shall be provided with three (3) copies of a commercial owners/operators manual, service manual, and parts breakdown manual including recommended spare parts list. Three (3) copies of commercial installation drawings shall be provided. 3. QUALITY ASSURANCE PROVISIONS 3.1 Responsibility for inspection. The contractor is responsible for inspection and testing. Accompanying the unit(s), the contractor will provide the government documentation of testing in conformance with the contractor’s standard commercial practices for such testing. 4. PREPARATION FOR DELIVERY 4.1 Preservation and packaging shall be as specified in the contract. Proposals may be submitted via hard copy, fax (321-494-5136), or e-mail. NO HARD COPIES OF THE SOLICITATION WILL BE ISSUED FOR ANY REASON. Anticipated award date will be on or around 20 Sep 2004. Point of contact is Chuck Hobbs, 45 CONS/LGCBA, 1201 Edward H. White II, Street MS7200, Patrick AFB, FL 32925, (321) 494-6292, charles.hobbs@patrick.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/45CONSb423/FA2521-04-R-0081/listing.html)
 
Place of Performance
Address: PATRICK AFB, FL
Zip Code: 32925
Country: USA
 
Record
SN00676439-F 20040919/040917213133 (fbodaily.com)
 
Source
FedBizOpps.gov 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.