Inactive
Notice ID:N3220519Q4050
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice. There is no solicitatio...
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice. There is no solicitation, specifications, or drawings available at this time. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The Military Sealift Command plans to procure new multi-speed motors for the T-AO 187 Class Gypsy Winches. Summarized Salient Characteristics: 1.1. Motor, Gypsy Winch, T-AO 187 Class 1.1.1. IMO/USCG Compliant 1.1.2. ABS SVR Compliant 1.1.3. IEC Compliant 1.1.4. Motor shall be in accordance with Military Detail Specification: Motors, 60 Hertz, Alternating Current, Integral Horsepower, Shipboard Use (MIL-DTL-17060). 1.1.5. Designed for a minimum life expectancy of fifteen (15) years with continuous operation, supportability, and maintenance. 1.1.6. Designed for full compatibility and operation with existing Gypsy Winch Control Configuration 1.1.7. Motor Characteristics 2.1.7.1 Mounting - Drive end shall be NEMA Type D Flange. Brake end shall be NEMA Type C face mount. Motor shall be designed for horizontal operation. 2.1.7.2 Frame - Frame size shall be 286TDZ. 2.1.7.3 Service - Navy Service C. 2.1.7.4 Ambient Temperature - 50 Deg C Max. 2.1.7.5 Voltage - 440 Volts, 3 Phase, 60 Hertz. 2.1.7.6 Duty - 30 minute varying. 2.1.7.7 Enclosure - TENV (Totally Enclosed Non-Ventilated) "Watertight", with lubricated face type shaft seal concentrated on noncorrodible materials without shaft rubbing elements. 2.1.7.8 Horsepower - 20/10 horsepower, locked rotor torque, locked rotor current, pull up torque, and breakdown torque shall be based upon nameplate horsepower. 2.1.7.9 RPM and Speed - Multi speed, reversible, 1800-900 RPM SYN., 1685-820 F.L. 2.1.7.10 Type of Rotor - Squirrel Cage. 2.1.7.11 Design - NEMA design "D". 2.1.7.12 Type of Bearings - Single shield relubricable ball bearings. 2.1.7.13 Bearing Mounting - Fixed free method with bearing nuts on each bearing. Bearings shall be different size on each end of motor. 2.1.7.14 Class of Insulation - The insulation shall be Class "F" with Class "F" temperature rise. 2.1.7.15 Encapsulation - Not Required. 2.1.7.16 Each motor unit shall include lifting ring, electric brake, and shaft key. Key shall be square 0.50 X 3.00 long. 2.1.7.17 Degree of Balance - Standard. 2.1.7.18 Nonmagnetic - Not required. 2.1.7.19 Structureborne noise level - Not specified. 2.1.7.20 Type of Shock Test - None required. However, motor shall be designed to meet the requirements for Hi-Shock Grade B, in accordance with MIL-S-901. All casting shall be of nodular iron or steel construction with minimum elongation of 18% in 2 inches. Respondents shall provide a full description of their capability to meet the anticipated requirement, delivery capability, including other possible solutions. Feedback on this requirement is encouraged. All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified Section 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The NAICS Code for this procurement is 335312. This is a market research tool used to determine market capability and solutions as well as the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of the sources sought. It is requested that interested firms submit to MSC-Norfolk contracting office a brief capabilities package demonstrating ability to provide the requested items or alternative solutions. This document shall address, at a minimum the following: (1) Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status. (2) The solution proposed, including product literature. (3) Lead time for delivery of the solution(s). (4) Any suggestions or comments about the NAICS code selection, contract type, or effort in general. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirement to be consistent with industry. RESPONSES ARE DUE by 21 March 2019 at 9:00 AM Local Time. Email submissions of the capabilities packages WILL be accepted, please submit to marcin.krauze@navy.mil. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Contract Specialist Marcin Krauze.