Washington Bids > Bid Detail

Ice Harbor Dam Upstream Gate Mechanical (Hoist) Skids

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159553596499392
Posted Date: Aug 24, 2023
Due Date: Sep 25, 2023
Solicitation No: W912EF23RSS40
Source: https://sam.gov/opp/53478a9f32...
Follow
Ice Harbor Dam Upstream Gate Mechanical (Hoist) Skids
Active
Contract Opportunity
Notice ID
W912EF23RSS40
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT WALLA WAL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Aug 24, 2023 01:17 pm PDT
  • Original Response Date: Sep 25, 2023 04:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
  • NAICS Code:
    • 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing
  • Place of Performance:
    Burbank , WA 99323
    USA
Description

The US Army Corps of Engineers, Walla Walla District is seeking sources to provide supply items for the following: Ice Harbor Dam Upstream Gate Mechanical (Hoist) Skids.



Requirements:



Work shall include, but is not limited to the design, manufacture, and delivery of two new gate hoist skids at Ice Harbor Lock and Dam. Each gate hoist skids will consist of a gear reducer, or a mated set of gear reducers, a 50hp drive motor, a holding brake, removeable drum shaft, drum, wire ropes, gate connection linkage, a synchronizing motor arranged for screw control, and a structural skid.



50hp drive motors shall meet the following requirements:




  1. Squirrel-cage induction

  2. High-torque, high-slip, NEMA Design D motor

  3. Service factor: 1.15

  4. Rated Speed/torque coordinated with reducer for a final output torque of 210,000-foot pounds at ~1 revolution per minute



Holding brake shall meet the following requirements:




  1. Shoe-type

  2. Spring set

  3. AC hydraulic thruster release

  4. Continuous duty torque rating of 150% of the maximum full load torque rating of the electric motor



Reducers shall meet the following requirements:




  1. 50 hp or greater at rated motor speed

  2. Gear ratio coordinated with drive motor for a final output torque of 210,000-foot pounds at ~1 revolution per minute

  3. Service factor: 2

  4. Gears shall be of the spur or helical type in accordance with ANSI/AGMA 2001 (2004d) except gear quality shall be defined per ANSI/AGMA 2001 (1995c).

  5. Gears shall be cut from solid metal to tolerances equal to or better than AGMA Quality Number 8 as defined in AGMA 2000



Wire rope shall meet the following requirements:




  1. 1-1/8” diameter IWRC stainless steel wire rope

  2. Nominal strength of 106,400 lbs

  3. Service factor: 1.15



Bearings shall be of the anti-friction type.



DELIVERY REQUIREMENTS: What is your delivery timeframe? ____________________





The North American Industry Classification System (NAICS) code for this project is 332999 and the associated small business size standard is 750 Employees.



THIS IS NOT A SOLICITATION. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. Firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you will be responding to the solicitation.



1) A capability statement expressing interest in this requirement.



2) A statement or list of your firms’ current or past performance similar to or the same as the summary scope of work.



3) Is your firm a Small or Large Business?



4) Name of firm with address, phone and point of contact.



5) System for Award Management (SAM) Unique Identification Number/Cage Code.



Please send information to: alan.n.inglis@usace.army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 24, 2023 01:17 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >