The RFP Database
New business relationships start here

Fixed Pitch Azimuth Thrusters


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Action Code: Combined Synopsis / Solicitation
Class Code: 20
Subject: Fixed Pitch Azimuth Thrusters
Solicitation No.: W912BU19Q0011
Set-Aside Code: N/A
Response Date: 26 July 2019, 13:00 EST
Delivery To: USACE Wilmington District Service Base, 69 Darlington Avenue, Wilmington, NC 28403
Description of Work: The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract for two (2) new fixed pitch azimuth thrusters for the split-hull hopper Dredge CURRITUCK, with an option for two (2) spare fixed pitch azimuth thrusters. The U.S. Army Corps of Engineers, Wilmington District, operates the Dredge CURRITUCK along the U.S. Atlantic Coast and Eastern Gulf Coast.
The principal requirements of the thrusters shall be as follows:
Each fixed pitch azimuth thruster shall meet the following requirements:
• Diesel driven Z-drive arrangement
• Nozzle type propeller
• Application for main propulsion
• Dimmer for illuminated instruments
The existing fixed pitch azimuth thrusters specifications are listed below:
Note that English units are provided in parenthesis.
Power: 250 kW (340 hp)
Input Speed: 1800 rpm
Reduction Ratio: 3.30:1
Propeller Diameter: 950 mm (37.4 inches)
Depth Adjustment: 700 mm (27.56 inches)
This acquisition will be made using Request for Quote, a single award will be made as a whole, to the lowest priced, responsive bidder determined to be responsible in accordance with FAR Part 12 Procedures, as a Full and Open procurement. The closing is projected to be conducted on or about 26 July 2019 at 13:00 EST; however, this information is subject to change. Offerors should review the entire solicitation once it is posted.
The NAICS Code for this project is 423860.
The solicitation will contain FAR provision 52.204-7; therefore a respondent must be registered in the System for Award Management (SAM) database prior to award.
Combined Synopsis/Solicitation
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
NAICS: 423860
This is a Simplified Acquisition Procedures procurement. In accordance with FAR 52.212-2, the following evaluation factors will be used:
1. Technical Factors: Product and Past Performance.
2. Price
The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract for two (2) new fixed pitch azimuth thrusters for the split-hull hopper Dredge CURRITUCK, with an option for two (2) spare fixed pitch azimuth thrusters. The U.S. Army Corps of Engineers, Wilmington District, operates the Dredge CURRITUCK along the U.S. Atlantic Coast and Eastern Gulf Coast.
STATEMENT OF WORK
C000 GENERAL
C001 PROJECT DESCRIPTION
The Marine Design Center (MDC) of the U.S. Army Corps of Engineers (USACE) has issued this solicitation, for the procurement, installation support, testing support, and commissioning of two (2) new fixed pitch azimuth thrusters for the split-hull hopper Dredge CURRITUCK, with an option for two (2) spare fixed pitch azimuth thrusters. The U.S. Army Corps of Engineers, Wilmington District, operates the Dredge CURRITUCK along the U.S. Atlantic Coast and Eastern Gulf Coast.
The Contractor is not responsible for installing the azimuth thrusters on the vessel.
The Contractor shall have a representative present onsite to perform commissioning, and to provide oversight and guidance to the Government during the installation and testing. Contractors shall assume that installation and testing will be performed at a shipyard located along the Atlantic or Gulf Coasts of the United States of America. Additional requirements for commissioning, and oversight and guidance during installation and testing are identified in Section C800.
C002 OPERATIONAL BACKGROUND
The Dredge CURRITUCK is a split-hull hopper dredge with two 10 inch dragarms. The dredge is 150 feet long by 30 feet wide with a light draft of 4 ft at the stern and a loaded draft of 7 ft at the stern. The vessel's propulsion system is made up of a port and starboard unit that each consists of a Caterpillar 3406E diesel engine, rated for 450 HP at 1800 RPM, driving a HRP 350 fixed pitch azimuth drive through a cardan shaft.
C003 DESIGN STANDARDS
The azimuth thruster, controls, and associated materials and equipment shall be designed and constructed in accordance with the latest edition and interpretations of the rules, regulations, requirements and standards of the Legislation, Regulatory Agencies and technical organizations listed below. The Contractor is required to incorporate requirements included in any revisions to the rules and regulations listed below as well as those stipulated in the respective specification clauses:
• U.S. Army Corps of Engineers, Publication No. EM 385-1-1; "Safety and Health Requirements Manual." May be viewed at internet web site:
https://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1_2008_Consolidated.pdf?ver=2013-09-04-161030-210 • American Bureau of Shipping (ABS) "Rules for Building and Classing Steel Vessels Under 90 Meters"
• U.S. Coast Guard Regulation 46 CFR, Subchapter S - "Subdivision and Stability".
• Institute of Electrical and Electronic Engineers Standards, Publication No. IEEE-45 "Recommended Practice for Electrical Installations on Shipboard"
• National Electrical Code (NEC)
C004 SITE VISIT
Inspections may be held to allow all interested parties to inspect the vessel, existing propulsion drives, engines, and controls prior to submission of a proposal. Inspections shall be at the Contractor's expense and can be scheduled for any weekday, excluding Federal holidays, between the hours of 7 AM and 3:30 PM. Representatives of prospective Contractors interested in attending should contact Joen Petersen at (910) 251-4983 to make an appointment.
During the pre-quote inspections, representatives of the Government will be available, but only to the extent necessary to escort Contractors and assist with access. Government Representatives on the vessel will not discuss the scope of the work or make any technical clarifications or interpretations.
C006 SCOPE OF WORK
The Contractor assumes complete responsibility for providing the new fixed pitch azimuth thrusters, performing commissioning, and providing oversight and guidance to the Government during installation and testing in accordance with the requirements of the contract. Should the Contractor determine at any time that they are unable to fulfill those responsibilities, they shall notify the COR immediately of the problem experienced and his proposed manner of correction.
C010 DEFINITIONS
The following definitions are applicable to phrases and acronyms used throughout this contract:
• COR - Contracting Officer's Representative - a member of the contract management and quality assurance team authorized by the Contracting Officer to perform certain administrative and managerial duties. A copy of the COR's authority letter is furnished to the Contractor.
• K.O. - Contracting Officer - A person with the authority to enter into, administer and/or terminate contracts and make related determinations and findings.
• MDC - Acronym for the Marine Design Center.
• QC - Quality Control - Quality Control is a function of the Contractor. Quality Assurance (QA) is a function of the Government.
• USACE - Acronym for United States Army Corps of Engineers.
C025 CONTRACTOR QUALITY STANDARDS
The Contractor shall utilize the specified components so as to meet specification requirements utilizing construction and testing methods to ensure that the completed fixed pitch azimuth thrusters conform to the intended design.
Inspection by the Government is for the purpose of verifying the proper function of the Contractor's quality control measures and is not to be used as a substitute for control of quality by the Contractor.
A. STANDARD PARTS & MATERIALS
All articles, fittings, equipment, machinery, supplies, and materials used in the construction and outfitting of the fixed pitch azimuth thrusters shall be the highest grade, free from defects and imperfections, unused and, be the standard product of reputable manufacturers, to the maximum extent practicable. Any material not specified shall be the best of their kind for the purpose intended.
Materials specified herein to meet the requirements of standard specifications published by national authorities shall conform to the respective editions, including amendments, specified. No salvage materials shall be used in the work.
B. CONSTRUCTION STANDARDS
All material, machinery and equipment shall be new, of current manufacture and suitable for the marine service intended. Spare parts and service shall be readily obtainable.
All material, unless otherwise specified in these specifications or in the drawings, shall be of commercial quality to ASTM, ANSI, or SAE specifications.
All materials shall be free of imperfections due to manufacturing processes and from defects which adversely affect appearance or serviceability.
All sharp edges or projections which constitute a personnel hazard shall be removed or ground smooth. All notches shall have a radius to prevent stress concentrations.
C600 MACHINERY
C605 FIXED PITCH AZIMUTH THRUSTERS
A. EXISTING FIXED PITCH AZIMUTH THRUSTERS
The existing fixed pitch azimuth thrusters specifications are listed below: Note that English units are provided in parenthesis.
Make: HRP
Model: 350
Power: 250 kW (340 hp)
Input Speed: 1800 rpm
Reduction Ratio: 3.30:1
Propeller Diameter: 950 mm (37.4 inches)
Depth Adjustment: 700 mm (27.56 inches)
B. GENERAL
The Contractor shall furnish two (2) new fixed pitch azimuth thruster sets with cardan shafts, and controls and monitoring and two (2) spare fixed pitch azimuth thrusters, in accordance with the technical requirements detailed in this section.
Each fixed pitch azimuth thruster shall be configured to mount to the stern of the vessel. Steel support brackets that supports the thrusters shall be provided with each thruster.
Each fixed pitch azimuth thruster shall be designed for unrestricted continuous duty, with 100% of operating hours allowed at the rated power. Vessel's average annual operating hours are 3,600 hours per year.
Each fixed pitch azimuth thruster shall be designed and manufactured in accordance with the American Bureau of Shipbuilding (ABS) Rules for Building and Classing Steel Vessels Under 90 Meters with ABS design review and Surveyor attendance during fabrication.
C. FIXED PITCH AZIMUTH THRUSTER REQUIREMENTS
Each fixed pitch azimuth thruster shall meet the following requirements:
• Diesel driven Z-drive arrangement
• Nozzle type propeller
• Application for main propulsion
• Thruster shall be rated not to exceed the existing diesel propulsion engine and gearbox ratings, a thruster
rating closest to the existing diesel propulsion engine rating is desired:
o Caterpillar 3406E, 450 hp, 1800 rpm
o Twin Disc Reversing Gear, XJF 8542 DIS, P-9451
• Thruster swing out by means of hydraulic lifting cylinder
• Minimum depth adjustment of 700 mm (27.56 inches)
• Ni-Al Bronze propeller
• Propeller diameter not to exceed 950 mm (37.4 inches)
• Line cutters mounted on the propeller's hub
• Steering gear with hydraulic steering motor. Steering gear to provide 360 degrees steering of the thruster
• Protection against electrolytic corrosion using sacrificial anodes
D. CARDAN SHAFT
Each fixed pitch azimuth thruster shall be supplied with a new cardan shaft that will be installed between each
thruster input shafts and the existing propulsion engine torsional couplings. The existing propulsion engine torsional
couplings are Centa Torsion Couplings, Centax 45, 5657 Haan 1, Centa Antriebe.
The Contractor shall size the new cardan shafts per ABS rules and submit all sizing calculations and drive line
arrangements to the Government. The cardan shafts shall be designed to provide equal cardan shaft joint angles,
when installed an aligned. The (equal) angles shall be not less than ½ degree, and not more than 1 degree.
E. CONTROLS
The fixed pitch azimuth thrusters shall be furnished with a complete control system for each fixed pitched azimuth
thruster. The control system shall be powered by 24 volt DC power. The control system shall have built-in
protections for over and under voltage, operating range of 20-32 volt DC and have alarm contacts for power failure.
The control system shall meet the following requirements:
• Proportional follow-up steering
• Speed control of the existing diesel propulsion engines
• Control of the existing clutch
• Data logging function
Local controls shall include steering and rpm controls in non-follow up, and clutch enable/disable controls. The
local controls shall include a selector switch for local and remote control, and an indication lamp for "local control
mode". The local controls shall also include propeller rpm indicators and rudder angle indicators.
Remote controls shall be located in the Pilothouse and include the following requirements:
• Follow-up steering and speed control
• Clutch control
• Non-follow up emergency steering and diesel engine speed control
• Thruster propeller up and down controls
• Propeller rpm indicator
• Rudder angle indicator
• Vertical position indicator
• Clutch disengaged indication lamp
• Alarm system with test and accept functions for alarm sensors
• Emergency stop button
• Take over button for remote station control
• Indication lamp for "panel in control"
• Dimmer for illuminated instruments
The remote Pilothouse controls shall be supplied as a drop-in panel with IP23 protection.
All enclosures for the control system shall be drip water proof enclosures.
The control system shall include interface for an Autopilot, -10/0/+10 V.
F. DELIVERABLS
The following deliverables shall be provided for the fixed pitched azimuth thruster:
• Fixed pitched azimuth thrusters
• Controls and Monitoring panels and gauges
• Cardan Shafts
• Arrangement drawings of the thruster and drive line
• Electrical schedules and wiring diagrams
• Lubrication, hydraulic and cooling system drawings
• Torsional vibration analysis
• Factory Acceptance Testing plan and results
• Acceptance and Sea Trials testing procedures
G. DELIVERY
The fixed pitch azimuth thrusters shall be delivered to the following address:
The thrusters shall be delivered with a black, marine epoxy coating system. The thrusters shall be delivered in such a manner as to ensure adequate protection from damage in transit and with a preservation treatment suitable for transportation and six (6) months of indoor storage in a clean and dry environment.
H. WARRANTY
The Contractor shall provide a minimum of a 12 months warranty from the date of commissioning of the fixed pitch thrusters. The warranty shall cover all components of the delivered systems, to include mechanical, electrical, and structural components. The warranty shall also cover parts, labor, and transportation costs.
C800 TESTING, COMMISSIONING, AND ONSITE SUPPORT
A. GENERAL
The Contractor shall perform tests on the fixed pitch thrusters and associated equipment. The tests shall be performed as necessary to demonstrate satisfactory compliance with the Contract requirements. The testing shall consist of two (2) levels of testing to include Factory Acceptance Testing (FAT) and Onsite Testing. The Contractor's responsibility for each level of testing is defined in the paragraphs below.
B. FACTORY ACCEPTANCE TESTING
The Contractor shall perform factory acceptance testing at the manufacturer's facility. The Contractor shall develop a Factory Acceptance Testing (FAT) plan and submit it to the COR for review sixty (60) days prior to the scheduled testing date.
The COR shall have the option of witnessing the FAT. The COR shall be notified at least ten (10) working days prior to the scheduled test date.
FAT is not to be used as a substitute for control of quality by the Contractor. Upon successful completion of FAT, the Contractor shall package the fixed pitch azimuth thrusters and deliver them to the Government as specified in Section C605, Part G of this solicitation. The Contractor shall submit the FAT results to the Government after successful completion of the testing.
C. INSTALLATION OVERSIGHT AND COMMISSIONING
Contractors shall assume that installation and testing will be performed at a shipyard located along the Atlantic or Gulf Coasts of the United States of America during a single shipyard repair period. Any change in cost associated with a change in location will be modified after award.
The Contractor shall have a representative present onsite to provide oversight and guidance to the shipyard during the installation of the fixed pitch azimuth thrusters and alignment of the cardan shafts. Additionally, the Contractor shall perform commissioning of the thrusters after their complete installation.
For bidding purposes, the Contractor shall assume that they will send a representative to the shipyard for two (2) separate trips for installation oversight and commissioning. Each trip is assumed to include five (5) days onsite (excluding travel time). Contractors shall assume that the shipyard will be located along the Atlantic or Gulf Coasts of the United States of America. Any change in cost associated with a change in location will be modified after award.
D. ACCEPTANCE AND SEA TRIALS
Following completion of the fixed pitch azimuth thrusters commissioning, acceptance and sea trials shall be performed to ensure proper operations of the thrusters and supporting systems. The Contractor shall send a representative to the shipyard to provide technical support and oversight with acceptance and trials. For bidding purposes, the Contractor shall assume that the trip for testing will for five (5) days onsite (excluding travel time). Contractors shall assume that the shipyard will be located along the Atlantic or Gulf Coasts of the United States of America. Any change in cost associated with a change in location will be modified after award.
Contractors shall assume that the acceptance and sea trials will be performed by the shipyard in a separate contract. The Contractor shall provide the Government testing procedures to demonstrate the operations of each thruster during sea trials. At a minimum, the following testing procedures shall be provided:
• Demonstrate the operation of each thruster rotation.
• Demonstrate the operation of the azimuth thruster indicators.
• Demonstrate the emergency operation of the non-follow up controls for each thruster.
• Perform speed trials.
• Perform maneuverability trials.
• Perform a crash stop.
• Endurance run per ABS.

Michael J. Kassin, Contract Specialist, Phone 2156566894, Email michael.j.kassin@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP