SOLICITATION NOTICE
J -- USCGC JUNIPER ASW IMPELLER 3D MODELING
- Notice Date
- 4/24/2024 12:51:03 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08524P0004513
- Response Due
- 4/29/2024 8:00:00 AM
- Archive Date
- 05/14/2024
- Point of Contact
- KYLER FISK, Phone: 9492881271, BRENDEN COX, Phone: 12068315347
- E-Mail Address
-
KYLER.C.FISK@USCG.MIL, BRENDEN.S.COX@USCG.MIL
(KYLER.C.FISK@USCG.MIL, BRENDEN.S.COX@USCG.MIL)
- Description
- STATEMENT OF WORK (SOW) FOR USCGC JUNIPER ASW Pump Reverse Engineering Services CGC JUNIPER experienced a pump failure on their ASW system. Upon closer inspection, an impeller and wear rings are needed to bring the pump back up to operational status. Due to the fact these parts are now made obsolete by the OEM, an immediate need for reverse engineering support services is needed for tasks outlined in this Statement of Work (SOW). 1.0 GENERAL 1.1 BACKGROUND The 225� WLB asset, USCGC JUNIPER, has a failed ASW pumps and is in need of reverse engineering services to support the sustainment and after-market manufacturing of parts until new pumps can be installed. 1.2 SCOPE The scope of this contract is defined by the efforts and tools required to support USCGC JUNIPER (WLB 201). The Contractor shall provide all labor, materials, and tools necessary to reverse engineer the various pump components. 1.3 OBJECTIVE The goal is to reverse engineer the CGC JUNIPER�s ASW pump impeller and wear rings and receive 3D CAD files of the various pump components listed below. APPLICABLE DOCUMENTS 1.3.1 Compliance Documents The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract: � Coast Guard Technical Publication 3524, SWBS 256, Section A, Pump, Auxiliary Seawater Circulating � Model 60063990 2.0 SPECIFIC REQUIREMENTS/TASKS Unless otherwise stated, this contract applies to off-site support for USCGC JUNIPER. 2.1 Reverse Engineering Services The USCG will provide an entire used condition pump assembly (volute, impeller, wear rings, motor, seals, shafts, etc.) as Government Furnished Property (GFP) to perform the reverse engineering services. The condition of the sub-components and the entire pump assembly is expected to be severely damaged, dirty, and corroded. The Contractor shall perform all disassembly, inspections, scanning, measuring or modeling, as deemed necessary, to facilitate the reverse engineering of the pump components. 2.1 The Contractor shall reverse engineer and provide 3D CAD Model (.STEP) of the pumps� impeller. 2.2 The Contractor shall reverse engineer and provide 3D CAD Model (.STEP) of the pumps� upper wear ring. LAST UPDATED: 04/23/2024 PAGE 2/3 2.3 The Contractor shall reverse engineer and provide 3D CAD Model (.STEP) of the pumps� lower wear ring. 2.4 The Contractor shall only use non-destructive methods to obtain inspections, scans, measurements, or other data gathering techniques to support reverse engineering of the components. 2.5 The Contractor shall utilize engineering design judgement to extrapolate, apply and postprocess missing features from corroded/broken provided parts to final 3D CAD model provided. For example, the impeller provided will have several holes in it from erosion therefore the scanning the part alone will not create a suitable parts and will require extrapolation of features to the missing portions of the impeller to create the CAD file. 2.6 The Contractor shall package, crate and ship all provide GFP back to the CGC JUNIPER located in Honolulu, HI. 2.2 Documentation The Contractor shall document all aspect of the reverse engineering process for all components and provide one consolidated report as a summary. Provide supporting files, such as laser scans, x-ray files, CT data, molds, FARO/ROMER/CMM files, etc. upon request from the USCG. The Contractor shall provide 3D CAD model (.STEP) for the components required to be reverse engineered. 3.0 CONTRACTOR PERSONNEL The Contractor shall provide qualified personnel to perform all requirements specified in this SOW. 4.0 OTHER APPLICABLE CONDITIONS 4.1 PERIOD OF PERFORMANCE The period of performance for this contract shall not exceed 14 calendar days from the date of award. 4.2 PLACE OF PERFORMANCE The primary place of performance will be at a Contractor facility, unless an alternate location is approved by the Coast Guard. 4.3 HOURS OF OPERATION Contractor employees shall generally perform all work between the hours of 0730 and 1600 EST, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this SOW. Precise times may be negotiated with the cutter Asset Manager (AM) as scheduling is subject to ship�s operations. 4.4 Daily Progress Reports The Contractor shall hold a weekly progress meeting with the Asset Manager upon arrival at the asset each morning of the visit. This report shall include a summary of all Contractor work performed, an assessment of technical progress, schedule status, and discuss any hazardous work conditions or necessary precautions the crew need to be made aware of prior to commencing work. 4.5 General Report Requirements LAST UPDATED: 04/23/2024 PAGE 3/3 The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with DHS workstations (Windows and Microsoft Office Applications). 5.0 GOVERNMENT FURNISHED PROPERTY QTY 1x EA � Centrifugal Pump, NSN 4320-01-413-8534 6.0 CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all materials, equipment, and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources specified in Section 5.0. 7.0 GOVERNMENT ACCEPTANCE PERIOD The AM will inspect deliverables prior to acceptance and provide the contractor with an e-mail that provides documented reasons for non-acceptance. If the deliverable is acceptable, the AM will send an e-mail to the Contractor notifying it that the deliverable has been accepted. 8.0 DELIVERABLES The Contractor shall provide one consolidated report and data files of each part reverse engineered IAW 2.2 of this SOW
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8638769cb02d4819ba8caf1599ae2194/view)
- Place of Performance
- Address: Honolulu, HI 96819, USA
- Zip Code: 96819
- Country: USA
- Zip Code: 96819
- Record
- SN07041044-F 20240426/240424230046 (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 |