Crane Tenders
Crane Tenders
Bgis Pwgsc Rp1 Tender
Civil And Construction...+1Drainage Work
Corrigendum : Closing Date Modified
Canada
Details: The Work Consists Of: Providing The Complete Mobilization Required For The Completion Of The Work (crane, Containers, Protection) The Removal Of The Components Of The Existing Roof Up To The Existing Concrete Decking. The Removal Of All Flashings, Existing Metal Counter-flashings At The Parapets, At The Bases Of Devices And At The Upstands Of The Walls. The Installation Of A New White Roof Composition, In Two-layer Elastomeric Membrane, With New Roof Drains. The Complete Installation Of An Anti-fall System (anchors + Lifelines). The Installation Of New Ladders
Closing Date7 Mar 2025
Tender AmountNA
DEPT OF THE ARMY USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: This Sources Sought Notice Has Been Reactivated To Include The Following Anticipated Period Of Performance: 7 Month Base, 7 April 2025 - 7 November 2025; Option Year 1, 8 November 2025- 7 November 2026; Option Year 2, 8 November 2026 - 7 November 2027;option Year 3, 8 November 2027- 7 November 2028;option Year 4, 8 November 2028 - 7 November 2029; And The Option To Extend Services (52.217-8),8 November 2029- 7 May 2030.
this Is A Sources Sought Notice Only. The U.s. Government Desires To Perform Maintenance And Repair Of Commercial, Industrial Machinery Equipment (i.e. Cranes, Hoists, Scales, Dock Levelers, And Vehicle Lifts) As Defined In The Performance Work Statement (pws) On A Small Business Set-aside Basis, Provided 2 Or More Qualified Small Businesses Will Respond To This Sources Sought Notice With Information Sufficient To Support A Set-aside. Be Advised That The U.s. Government Will Not Be Able To Set Aside This Requirement If 2 Or More Small Businesses Do Not Respond With Information To Support The Set-aside. We Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price Or Consideration Of A Further Set Aside.
this Notice Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Sources Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry. It Is The Responsibility Of Potential Offerers To Monitor The Government-wide Point Of Entry For Additional Information Pertaining To This Requirement. The Anticipated Naics Code(s) Is: 811310, “commercial And Industrial Machinery And Equipment (except Automotive And Electronic)”, With Small Business Size Standard Of $ $12.5 Million.
a Continuing Need Is Anticipated For Maintenance And Repair Of Commercial, Industrial Machinery Equipment Which Is Currently Being Fulfilled By The U S Army Corps Of Engineers (w912pm19c0035). Attached Is A Draft Copy Of The Performance Work Statement (pws) Which Includes The Performance Requirements Summary (prs), And The Technical Exhibit.
in Response To This Sources Sought Notice, Please Provide:
1.name Of The Firm, Point Of Contact, Phone Number, Email Address, Duns Number, Cagecode, A Statement Regarding Small Business Status (including Small Businesstype(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And Thecorresponding Naics Code.
2.identify Whether Your Firm Is Interested In Competing For This Requirement As A Primecontractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Bepursued, If Any.
3.provide Information In Sufficient Detail Regarding Previous Experience (indicate Whether As Aprime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity,timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. Supply Information To Help Determine The Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc.
4.provide Information To Help Determine If The Services For Maintenance And Repair Ofcommercial, Industrial Machinery Equipment Are Commercially Available, Including Pricinginformation, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Deliveryschedules, Customary Terms And Conditions, Warranties, Etc.
5.identify How The Army Can Best Structure These Contract Requirements To Facilitate Competitionby And Among Small Business Concerns.
6.identify Any Condition(s), Action(s) That May Have The Effect Of Unnecessarily Restrictingcompetition With Respect To This Acquisition. Please Contact The Micc Advocate For Competition,scott Kukes, At Email: Scott.d.kukes.civ@mail.mil Or Phone: (210) 466-3015, If You Believe Thatthis Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, Thisannouncement, And The Micc Poc Information From The Sam.gov Notice. Provide The Specificaspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion.
7.recommendations To Improve The Approach/specifications/draft Pws/prs To Acquiring Theidentified Items/services.
Closing Date28 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Chemical Products
United States
Details: Amending Solicitation To Provide An Updated Attachment 0002 - Price Matrix 30dec2024. All Other Terms And Conditions Remain The Same.
this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes Only The Solicitation; Quotes Are Being Requested And A Formal Solicitation Will Not Be Issued.
this Is A Request For Quote (rfq) Using Far Part 12, Acquisition Of Commercial Items; The Solicitation Number Is W519tc25qnitr For Potassium Nitrate Class 1, Mil-dtl-156d.
the Solicitation And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-03. As A Result Of The Updated Federal Acquisition Circular, A New Clause, 52.204-27 Prohibition On A Byte Dance Covered Application (jun 2023), Has Been Incorporated Into This Solicitation And Falls Under 52.212-5.
the Naics Code For This Procurement Is 325998 All Other Miscellaneous Chemical Product And Preparation Manufacturing. The Small Business Size Standard For This Naics Is 650. The Product Service Code Is 1370 Pyrotechnics.
offerors Must Be Registered Within The System For Award Management (sam) Database At Time Of Response To This Solicitation. The Website For Sam Is Https://www.sam.gov/.
addendum To 52.212-1, Instructions To Offerors – Commercial
description:
please See Attachment 0002 – Pricing Matrix For Clin Structure.
**see Attachment 0001 – Purchase Description - Mil-dtl-156d, 23dec2024, And Attachment 0005- Rfq Questionnaire – 17dec2024.
type Of Acquisition And Contract
award Will Be Made Using Best Value, Resulting In A Single Award Firm Fixed Price Contract.
place Of Performance
performance Will Be Fob Destination At The Following:
300 Highway 361
crane In 47522
b3608
proposal Submission Requirements
offerors Shall Submit The Following In Response To This Solicitation:
price – Offerors Must Submit Completed Price Matrix At Attachment 0002. All Sections Shall Be Completed. Prices Shall Be Stated To 2 Decimal Places.
completed Provision At Attachment 0003 – Far 52.204-24, Paragraph (d)(1) And (d)(2).
completed Provision At Attachment 0004 – Far 52.212-3 Alt 1, Paragraph (b) Only.
completed Responses To The Questions Provided In The Rfq Questionnaire In Attachment 0005.
part One: Evaluation Factor 1 – Technical
quoters Shall Submit Responses To The Responses To The Rfq Questionnaire Provided At Attachment 0005 That Correspond To This Solicitation.
do Not Include Specific (individuals’) Names Of Government And/or Contractor Personnel.
do Not Include Price/rates.
part Two: Evaluation Factor 2 – Price
quoters Shall Adhere To The Instructions On The Government Provided Price Matrix
(attachment 0002) And Fully Complete All Required Fields.
basis For Award
the Government Will Award One (1) Award To The Offeror Whose Offer Who Provides The Best Value To The Government Using A Lowest Price Technically Acceptable (lpta) Approach.
1. This Order Will Be Awarded On The Basis Of Technical Acceptability And Price.
2. The Basis For Technical Acceptance Is Whether All The Requested Items Are Provided In The Quote Presented By The Offeror. The Items Presented Should Match The Technical Specifications And Not To Exceed Quantity.
3. Following, The Determination Of Technical Acceptance, The Lowest Price Of The Technically Acceptable Quotes Will Receive The Award.
4. In Accordance With Far 52.212-1(g), Quotations Are Intended To Be Evaluated And The Award Made, Without Discussions, Unless Discussions Are Determined Necessary.
5. Total Price Is Calculated As The Sum Of All Clins Added Together.
6. The Government Reserves The Right To Award Based On The Contractor’s Location.
evaluation Criteria
the Government Will Evaluate Quotations As Follows:
factor 1: Technical:
the Government Will Evaluate Factor 1, Technical, Using The Following Criteria:
demonstration Of A Clear Understanding Of The Requirements And Deliverables, And On The Offeror’s Expressed Ability To Successfully Perform. The Offerors Will Be Evaluated Based On Responses To Three Criteria: Technical Expertise/ Experience, Project Team, And Technical Approach.
if The Quotation Sufficiently Addresses The Rfq Questionnaire And Demonstrates A Clear Understanding And Ability To Perform The Requirement, Then The Government Will Accept Without Further Explanation That The Contractor Can Perform All Pd Requirements. The Quoter May Discuss Non-critical Requirements. However, If The Quoter Provides Statements Which Cause The Government To Question The Quoter’s Ability To Perform Those Non-critical Requirements, Such Statements Will Be Evaluated Accordingly.
technical Will Be Rated Using The Following Standards In Table 1:
technical Ratings
description
outstanding
this Rating Is Only Available To Those That Have Attended The Site Visit In Addition To The Following: Quotation Indicates An Exceptional Approach And Understanding Of The Requirements And Contains Multiple Strengths. Established Team Has An Extensive Background In Explosive Contaminated Facility Remediation To Include Utilizing Remote Operated Waterjet Segmentation. Quotation Includes Detailed Previous Project Experience In The Major Contract Requirements. Quote Includes A Well Thought-out Proposed Technical Approach To Each Of The Project’s Phases.
good
quotation Meets Requirements And Indicates A Thorough Level Of Expertise And An Understanding Of The Requirements. Established Team Has Background In Explosive Contaminated Facility Remediation And Previous Experience In The Major Contract Requirements Including Remote Operated Waterjet Segmentation. Quote Includes A Solid Technical Approach. Strengths Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.
acceptable
quotation Meets Requirements And Indicates An Adequate Level Of Expertise And An Understanding Of The Requirements. Established Team Has An Extensive Background In Hazardous Facility Remediation And The Major Contract Requirements Including Explosives Familiarity, Although Little To No Experience In Remote Operated Explosive Contaminated Facility Remediation Specifically. Proposed Technical Approach Is Adequately Addressed, But Not Specific. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Task Order Performance. Risk Of Unsuccessful Performance Is Moderate.
marginal
quotation Does Not Demonstrate An Adequate Approach And Understanding Of The Requirements. Established Team Has Very Limited Background In Explosive Facility Contamination Remediation And The Major Contract Requirements. Proposed Technical Approach Is Flawed Or Is Too Vague For Government To Determine Acceptability. Risk Of Unsuccessful Performance Is High.
unacceptable
quotation Does Not Meet Requirements And Contains One Or More Deficiencies. Appropriate Team Has Not Been Established, Or Established Team Does Not Have Sufficient Experience To Complete The Project Tasks Without Significant Government Oversight. Risk Of Unsuccessful Performance Is High. If This Criterion Is Rated As Unacceptable, Additional Factors Will Not Be Evaluated And The Quotation Is Not Eligible For Award.
definitions
strength
strength Is Defined As A Particular Aspect Of The Quoter’s Submission That Has Merit Or Exceeds Specified Performance Capability Requirements In A Way That Will Be Advantageous To The Government During Task Order Performance.
weakness
weakness Is Defined As Any Flaw In The Quotation That Increases The Risk Of Unsuccessful Task Order Performance. Deficiency Is Defined As Any Material Failure Of A Quotation To Meet A Government Requirement Or A Combination Of Weaknesses In A Quotation That Increases The Risk Of Unsuccessful Task Order Performance To An Unacceptable Level.
factor 2:
price
the Government Will Evaluate Factor 2 – Price, For The Following:
compliance: Quotations Will Be Evaluated For Compliance Based Upon The Submission Requirements Contained In The Solicitation.
price Reasonableness: The Quoter’s Price Quotation Will Be Evaluated To Determine Reasonableness. In Accordance With Far 31.201-3, A Price Is Reasonable If, In Its Nature And Amount, Does Not Exceed That Which Would Be Incurred By A Prudent Person In Conduct Of Competitive Business.
total Price Is Calculated As The Sum Of All Clins Added Together
listing Of Attachments
attachment 0001 - Pd 23dec2024
attachment 0002 - Pricing Matrix
attachment 0003 - Far 52.204-24 Provision
attachment 0004 - Far 52.212-3 Alt 1 Provision
attachment 0005 - Rfq Questionnaire
attachment 0006 - Provisions And Clauses
deadline For Submission
offers Are Due On 23 January 2025 No Later Than 12:30 Pm Central Time.
offers Shall Be Submitted In The Following Way:
electronically Via Email To The Contract Specialist, Dustin Sexton,dustin.p.sexton.civ@army.mil And Contracting Officer, Bryce Willett,bryce.t.willett.civ@army.mil. Offerors Shall Include “w519tc25qnitr Response – [insertofferor’s Name]” Within The Subject Line.
questions
questions Shall Be Submitted In The Same Manner As Offers, Electronically Via Email To The Contract Specialist And Contracting Officer Listed Above.
**note: Interested Offerors Must Submit Any Questions Concerning This Solicitation No Later Than 08 January 2025, To Enable The Buyer To Respond. Questions Not Received Prior To 08 January 2025 Will Not Be Considered. If Needed, A Final Amendment Will Be Submitted By 15 January 2025.
end Of Addendum 52.212-1
Closing Date23 Jan 2025
Tender AmountUSD 20 K
This is an estimated amount, exact amount may vary.
COMMUNAL POTENT PAYMENT OF PRESCHOOL ENCLOSURE THE CRANE OF YAKUSHINETSKY FOR THE SAKE OF Tender
Others
Ukraine
Purchaser Name: COMMUNAL POTENT PAYMENT OF PRESCHOOL ENCLOSURE THE CRANE OF YAKUSHINETSKY FOR THE SAKE OF | Поставка (передача) Товару Здійснюється Дрібними Партіями Транспортом Постачальника Один Раз На Тиждень З 08:00 До 15:00 Години, (транспортом З Дотриманням Санітарно-гігієнічних Умов Зберігання Та Перевезення Товару), Згідно Попереднього Зроблених Заявок. Замовник Має Право В Окремих Випадках Зумовлених Зменшенням Фактичного Відвідування Дітей Навчального Закладу У Зв’язку З Не Передбачуваними Обставинами (дострокові Канікули, Карантин, Тощо), Зменшити Або Змінити Обсяг Замовлення До П’ятниці Кожного Тижня Відносно Попередньо Наданих Заявок.
Closing Date14 Jan 2025
Tender AmountUAH 59.4 K (USD 1.4 K)
COMMUNAL POTENT PAYMENT OF PRESCHOOL ENCLOSURE THE CRANE OF YAKUSHINETSKY FOR THE SAKE OF Tender
Others
Ukraine
Purchaser Name: COMMUNAL POTENT PAYMENT OF PRESCHOOL ENCLOSURE THE CRANE OF YAKUSHINETSKY FOR THE SAKE OF | Поставка (передача) Товару Здійснюється Дрібними Партіями Транспортом Постачальника Один Раз На Тиждень З 08:00 До 15:00 Години, (транспортом З Дотриманням Санітарно-гігієнічних Умов Зберігання Та Перевезення Товару), Згідно Попереднього Зроблених Заявок. Замовник Має Право В Окремих Випадках Зумовлених Зменшенням Фактичного Відвідування Дітей Навчального Закладу У Зв’язку З Не Передбачуваними Обставинами (дострокові Канікули, Карантин, Тощо), Зменшити Або Змінити Обсяг Замовлення До П’ятниці Кожного Тижня Відносно Попередньо Наданих Заявок.
Closing Date9 Jan 2025
Tender AmountUAH 57 K (USD 1.3 K)
BUREAU OF RECLAMATION USA Tender
Electrical Generators And Transformers...+2Machinery and Tools, Electrical and Electronics
United States
Details: Turbine And Generator Hydroelectric Component Manufacturing And Rehabilitation Idiqthis Is A Sources Sought Only. This Sources Sought Notice Is Being Issued Solely For Information And Planning Purposes - It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. No Formal Solicitation For This Work Exists At This Time. All Qualified Concerns May Submit Capability Statements For Consideration. Capability Statements Received Will Be Reviewed To Determine The Technical, Administrative, And Management Capability Of Such Offerors To Perform This Type Of Work. The Capability Statements Will Be Used To Determine Appropriate Procurement Strategy, In Particular, Whether A Set-aside Or An Alternate Procurement Strategy Is Warranted. The Government Does Not Intend To Award A Contract And Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. The Bureau Of Reclamation, Lower Colorado Region, Lower Colorado Dams Office (lcdo), At Hoover Dam, Davis Dam, And Parker Dam Power Plants Has A Requirement For The Repair, Remanufacture, Machining, And Rehabilitation Of Existing Hydro Power Plant Related Components. These Hydro Power Plant Components May Vary From Items Such As The Generator, Turbine, Elevators, Cranes, Water Passage Valves And Gates, Barricades, And Any Component Found In A Fully Functioning Hydroelectric Powerhouse And Dam Facility. This Idiq Includes The Following Types Of Work:manufacture Of New Componentsre-design And Reverse Engineer Replacement Components To Include:-3-dimensional Digitizing And Computer-aided Drawings Of Existing Lower Colorado Dam Hardware -repair Or Replacement Manufacture Of Existing Lower Colorado Dam Hardwarefurnish New Hydroelectric Turbine And Generator Components To Replace Existing Worn Components Including:-large Valves-valve Actuators-bearing Components-water Passage Gates-any Component That Wears Or Needs Upgradingprovide Onsite Repair And/or Machiningweld And Repair Fatigued, Worn, Or Water-damaged Hydro Turbine-generator Parts To Precision Dimensions And Tolerances Of Lower Colorado Dam Design.provide Precision Fabrication Of New Replacement Parts Per Lower Colorado Dam Design.provide Industry Standard Inspection And Testing.assembly Of Turbine-generator Parts From Newly Purchased Components Or Components Previously Purchased And Stocked At Hoover Dam.types Of Components Include, But May Not Be Limited To:-wicket Gates-stator/pole Wedge Bars-wicket Gate Bushings-wear Plates-engineered Fasteners-retaining Bolts-break-off Screws-large Diameter Valves, Valve Bodies, And Leaves-large Diameter Coupling Studs And Nuts-thrust Bearing Components-bearing Brackets-shift Rings-laminations-insulation-other Generator & Turbine Componentsin Addition, For Components Too Large To Transport For Repair, The Contractor Shall Also Provide Onsite Repair/machining. Repair/machining Work Performed Onsite Shall Be Subject To Construction Wage Rate Requirements Statute Prevailing Wage Rates. For Any On-site Work, The Task Orders Will Identify The Need For A Site Specific Safety Plan, Job Hazard Analysis, Hazmat And Special Work Permit, And Security Clearances. Each Year, Hoover Dam Performs A Major Maintenance Overhaul Teardown On One Of Its 17 Hydro Turbine-generator Units. There Are Nominal Dimensional And Configuration Variations Among The Turbine-generators, But The Basic Design Layout, Assortment Of Parts And Teardown Procedures Are Consistent Throughout.the Anticipated North American Industry Classification System Code Is 333611, Turbine And Turbine Generator Set Units Manufacturing, With A Small Business Size Standard Of 1,500 In Number Of Employees. Product Service Code J028 Maintenance, Repair, And Rebuilding Of Equipment- Engines, Turbines, And Components.the Basic Contract Is Anticipated As An Indefinite-delivery/indefinite-quantity (idiq) Contracts. The Ordering Period Is Anticipated At 5 Years. In Accordance With Far 36.204, Disclosure Of Magnitude Of Construction Projects, The Estimated Prices Are Between $25,000 And $100,000;between $100,000 And $250,000;between $250,000 And $500,000;between $500,000 And $1,000,000;between $1,000,000 And $5,000,000; Andbetween $5,000,000 And $10,000,000.the Idiq Maximum Is More Than $10,000,000.the Capabilities Package Should Include The Following Information: 1. Provide Business Name, Duns Number, Address, Point Of Contact To Include E-mail Address, Telephone Number And Website If Applicable;2. Business Size And Type (small Business, Women Owned Small Business, Hubzone, Service-disabled Veteran Owned Small Business, Indian Small Business Economic Enterprise, Other);3. Demonstrate The Firm's Capability And Experience By Providing A List Of Projects Completed Where The Work Involved Similar Contracts In The Past Five Years, And In Which Your Firm Performed The Work. Additionally, For Each Project Listed, Provide The Following: A Brief Description Of The Work Performed, Project Title, Dollar Value Of The Job, Prime/subcontractor, Location, And The Customer's Contact Name And Phone Number For The Work Completed. (not To Exceed 5 Pages)4. Bonding Capacity Per Contract/action;all Responses Must Be Submitted Via Email No Later Than 5:00 Pm Eastern Time February 28, 2025. Email Address: Mwatanga@usbr.gov. Include The Reference Number (doirfbo250010) In The Subject Line.when It Is Determined That A Formal Solicitation Will Be Issued, The Pre-solicitation Notice Will Be Posted On Contract Opportunities At Sam.gov Web Site At Http://sam.gov/.
Closing Date28 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine...+1Machinery and Tools
United States
Details: Page 6 Of 6
ice Machine, Including Condenser, Ice Bin, & Installation, Va Southern Oregon Rehabilitation Center & Clinics Health Center White City, Oregon (va Sorcc) Veterans Affairs
this Is A Sources Sought Notice Only
the Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Vendors. The Department Of Veterans Affairs (va), Network Contracting Office (nco) 20, Is Conducting Market Research To Any Social Economic Small Business Category, Small Business, Or Other Then Small Business Vendors That Are Capable And Authorized To Fulfill This Requirement. White City, Oregon Vamc Is Seeking To Procure Hoshizaki Kms-2000mlj Serenity Series Cuber Ice Machine For Use At Their White City Vamc Facility. This Is An Unrestricted/open Market Sources Sought Notification. This Request Is For A Brand Name Or Equal.
manufacturer And/or Which Can Provide The Following Necessary Item(s) Or Equal To Item Meeting The Below Salient Characteristics.
delivery & Installation Of A Brand Name Or Equal To A Hoshizaki Kms-2000mlj Serenity Series Cuber Ice Machine.
salient Characteristics: Ice Maker And Accessories
delivery Location
bldg. 225a Warehouse
va Sorcc
8495 Crater Lake Hwy.
white City, Or 975032
accessories Or Options
must Have:
ice Maker
brazed Line Sets
remote Condenser
tubing Kit
ice Bin
universal Top Kit
dimensions
must Be:
ice Machine
width: 29 To 31
depth: 23 To 25
height: 30 To 33
remote Condenser
width: 61 To 63
depth: 20 To 22
height: 44 To 46
ice Bin
width: 47 To 49
depth: 40 To 42
height: 59 To 61
warranty( In Addition To (52.212-4)
Must Have:
certified Trained Product Line Maintenance Facility Within 20 Miles Installation Site
icemaker
three Years: Parts And Labor Warranty On The Entire Machine
five Years: Parts And Labor Warranty On Evaporator
panels Easily Removed And All Components Accessible For Service
remote Condenser
three Year: Parts & Labor On Entire Unit
five Year: Parts On; Air-cooled Condenser Coil
five Year: Parts On; Compressor
ice Bin
five Year: Parts & Labor
performance Requirements
must Have:
compatible Ice Storage Bin With Mount Ice Machine On Top
compatible Remote Condenser With Ice Machine
ice Machine
individual Crescent Cube
stainless Steel Evaporator
cycle Saver Design
up To 1938 Lbs. Of Ice Production Per 24 Hrs.
durable Stainless Steel Exterior
protected By H-guard Plus Antimicrobial Agent
evercheck Alert System
no Heat, Less Noise
cfc/hfc Free Foam
operating Limits:
ambient Temp Range 45 - 100â°f
water Temp Range 45-90â°f
Water Pressure 10-113 Psig
panels Easily Removed And All Components Accessible For Service.
remote Condenser
must Have:
quiet Operation
improved Efficiency: Energy Saving
weather Resistant Cabinet
refrigerant Charge Amount: 7.1 Oz.
net Weight: No More Than 175 Lbs
operating Limits: Ambient Temp Range -20â° - 122â°f
ice Bin
must Have:
ice Storage Capacity From 1148 Lbs. To 1605 Lbs.
easy Cleaning
foamed-in-place Polyurethane Insulation, In All Bin Walls And Bottom, Providing Maximum Ice Preservation
baffle Design For Increased Ice Accessibility
view Windows For Inspection And Thermal Break
pouch Style Insulated Door For Limited Condensation While Providing Maximum Access And Minimal Spillage
6 - 10 Adjustable Stainless Steel Legs
cubic Volume: 36 Flâ³ To 38 Flâ³
power Needs
must Have:
icemaker
voltage Range: 187-253v
remote Condenser
voltage Range: 187-253v
material And Color
must Have:
ice Maker
stainless-steel Exterior Construction
protected By H-guard Plus Antimicrobial Agent
remote Condenser
weather Resistant Cabinet
ice Bin
protected By H-guard Plus Antimicrobial Agent
seamless Polyethylene Bin Liner
installation Info
must Provide Installation Of New Equipment, To Include Freon, Misc. Parts/evac/brazing And Labor To Install Equipment.
the Condenser Must Be Installed On The Roof Of The Building. (crane Needed To Lift Condenser To The Roof)
the Ice Machine Must Be Placed On Top Of The Ice Bin. The Lines Are Currently Installed For Condenser Connection To Ice Machine.
must Provide Installation Of Condenser On Top Of Ice Bin.
must Provide Removal Of Current Equipment.
ice Machine
must Allow 24 Clearance In Both Front And Rear For Proper Air Circulation And Ease Of Maintenance/service.
must Have Ice Maker Water Supply Line: Minimum 3/8 Nominal Id Copper Water Tubing Or Equivalent
must Have Ice Maker Drain Line: Minimum ¾ Nominal Id Hard Pipe Or Equivalent
image
potential Contractors Shall Provide, At A Minimum, The Following Information To Nick Heintz -nicholas.heintz@va.gov Under The Subject Line: Ice Maker Soon As Available, But No Later Than 01/24/2025 5pm Pst.
response To Include:
1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Sam Uei.
2) Please Identify Your Company S Size (and Item Manufacture Sized) In Comparison To The Anticipated North American Industry Classification System (naics) Code 333415. To Be Considered A Small Business Your Company Must Have Fewer Than 1,250 Employees. This Notice Is To Determine The Marketplace For This Specific Requirement. Please Check One Of The Following:
[ ] Yes [ ] No Service Disabled Veteran Owned Small Business (sdvosb)
[ ] Yes [ ] No Veteran Owned Small Business (vosb)
[ ] Yes [ ] No Proposed Item Manufacture
[ ] Yes [ ] No Small Business Manufacturers
[ ] Yes [ ] No All Other Small Business (sb)
[ ] Yes [ ] No Other Than Small Business
5) Equipment Must Be New, No Used Or Refurbished Equipment Accepted. If Not The Item Manufacture, Please Provide A Proof Of Reseller Letter From Manufacturer. Manufacture Warranty Requirements Must Be Carried Over From The Oem.
6) This Is A Brand Name Or Equal Requirement. As Such, The Salient Characteristics Reflect The Physical, Functional, Or Performance Characteristics That Equal Products Must Meet To Satisfy The Government S Needs. To Be Considered For Any Potential Solicitation, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must:
(a) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Sources Sought; Clearly Identify The Item By Brand Name, If Any And Make/model Number.
(b) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Descriptive Data Or Information Available That Identifies That The Equal Item Meets Or Exceeds The Salient Characteristics Required By The Government.
(7) The Buy American Act Provides A Preference For Domestic End Products For Supplies Within The United States. It Is Anticipated This Requirement Will Include Far Clause 52.225-1 And 52.225-2. In Accordance With Far Provision 52.225-2, Please Indicate The Country Of Origin For The Proposed Item(s).
any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Small Business Administration Registration For Vetcert Registry Located At Veteran Small Business Certification (sba.gov).
the Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam).
all Respondents Must Identify Any Proprietary Information That Should Be Protected By The Government And Indicate Whether Submitted Information Needs To Be Returned To The Respondents. Any Proprietary Information Must Be Clearly Marked At The Top And Bottom Of Each Page Along With Any Instructions Of How The Government Should Handle The Information, Use, Release, Or Return.
response Due Date Is 01/24/2025 No Later Than 5:00pm Pst. Please Reply To Nick Heintz -nicholas.heintz@va.gov, Subject Line: Ice Maker
disclaimer
This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
Closing Date25 Jan 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Details: Sources Sought Number: Fd-2025-071
notice Type: Sources Sought Synopsis
title: Coastal Virginia Offshore Wind (cvow) Survey Mitigation Research Survey
response Date: January 10, 2025
this Is A Sources Sought Synopsis And Is Not A Pre-solicitation Announcement. The Purpose Of This Market Research And Sources Sought Notice Is To Gain Knowledge Of Potential Qualified U.s. Domestic Businesses, Which Could Include Small Business, Hubzone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business Firms And Even Large Businesses. Responses To This Sources Sought Synopsis Will Be Used By The Government In Making Appropriate Acquisition Decisions.
background:
noaa Fisheries Performs Standardized, Scientific Surveys To Assess Changes In Abundance And Population Metrics Of Fish, Invertebrates, And Protected Species Over Space And Time. In Response To The Potential Disruption Of Long-running (some More Than 30 Years) Survey Missions, The Southeast Fisheries Science Center Has Developed A Survey Mitigation Plan Intended To Guide The Development And Implementation Of A Program To Mitigate Impacts Of Wind Energy Development On Fisheries Surveys In The Southeast Region. Construction Of Wind Turbines Along The U.s. East Coast Allows For Some Feasibility Testing Of Survey Methodologies Adapted For Data Collection Within And Around Wind Farms. This Project Aims To Identify And Develop New Survey Approaches And Will Require The Contracting Of Vessel(s) That Can Support Several Scientists And Deploy And Recover Multiple Types Of Survey Gear Near The Offshore Wind Turbines Located At The Cvow Pilot Area Over The Course Of 7 Days.
intended Use/purpose:
we Will Test The Feasibility Of Using The Following Methodologies Within And Around Wind Farms: Diver Surveys, Video Trap Surveys, Passive Acoustic Monitoring, Echosounder, Multibeam, Ctd, Uncrewed Aerial Systems, Water Collection, Benthic Sample Collection, Uncrewed Underwater Systems. Although A Single Vessel Is Preferred, Noaa Will Also Consider Multiple Vessels Working Together As An Alternative.
special Requirements/essential Salient Features:
vessel Must Have, In Proper Working Order, All Required United States Coast Guard (uscg) Approved Safety, Navigation, And Communication Devices And Equipment.
vessel Shall Have Sufficient Fuel Capacity To Support Operations For Seven Full Days At Sea Without Refueling.
vessel Shall Have A Rear Deck Area Clear Of Obstructions For Setting Up, Stowing, Rinsing, And Dismantling Survey Gear.
vessel Will Be Able To Maintain Station Using Dynamic Positioning
vessel Must Have An Indoor Dry Counter Area Suitable For Project Scientists To Use Government Provided Laptops And Other Small Electronic Equipment. The Workspace Shall Include Access To Adjacent Electrical Outlets (120 Vac, 60 Hz).
the Contractor Must Provide Clean And Sanitary Berthing Accommodations For Up To 8 Male And Female Government Personnel. Personnel May Share Berthing Arrangements, But Must Allow For Separate Rooms For Male And Female Personnel. Berthing Spaces Must Contain At Least One Drawer Or Closet Per Occupant For Stowage Of Clothing And Personal Gear, Lighting, Ventilation, Emergency Exit, And Separated From Machinery Or Fuel Tanks. Quarters And Furnishings Shall Contain Fireproof Installations And Co Monitors Where Applicable.
berthing Requirements, Including The Number And Gender Of Government Personnel, Will Be Provided By The Project Lead Approximately Two Weeks Prior To Departure. The Project Lead And Captain Will Work Together On A Detailed Berthing Plan To Accommodate The Gender Mix Of The Government Personnel, Taking Into Consideration The Current Complement Of The Vessel.
vessel Must Have A Potable Fresh Water Supply For Vessel And Personal Use (including Showers And Laundry) For All Personnel Aboard For The Duration Of The Charter. The Potable Water System Shall Have Dedicated Tanks (treated And Coated), Ventilated With Insect Screens Installed (if Appropriate), And A Dedicated Potable Water Hose With Filters That Remove Particulates Including Rust.
vessel Must Provide Clean Linens Including Mattresses, Clean Fitted Sheets, Pillows, And Towels For Government Personnel.
the Vessel Must Have A Minimum Of Two Heads And Two Freshwater Showers Available To Government Personnel. Additional Heads/showers Are Desired But Not Required And May Be Given Additional Consideration During Technical Evaluation. The Vessel Shall Provide Sufficient Soap, Toilet Paper, And Paper Towels For The Number Of Personnel On-board And The Duration Of The Charter.
all Indoor Vessel Workspaces, Berthing, And Galley Spaces Must Be Adequately Ventilated And Free From Tobacco Smoke, Excessive Engine Noise, And Hydrocarbon Fumes.
the Vessel Must Be Able To Maintain Underway Status, Including All Engine-room Functionality, For The Entire Duration Of The Charter. The Vessel Must Be Able To Maintain All Housekeeping, Deck, And Other Necessary Services While Underway Or While On-station (at Anchor Or Otherwise).
vessel Captain And Crew Shall Comply With Waste Management, In An Effort To Reduce Marine Debris Pollution, Vessel Regulations As Described In Section V Of The Marpol Convention. The Vessel Is Required To Have A Storage Facility, With Or Without A Trash Compactor, To Retain All Refuse, Or A Means To Incinerate This Refuse So That It Is Not Disposed Of At Sea.
the Contractor Must Provide A Captain, Appropriately Licensed By The Uscg For The Gross Tonnage Of The Vessel, For The Duration Of The Charter. The Captain Shall Be Competent In The Use Of Navigation And Safety Equipment. The Captain Shall Have Experience Launching And Recovering Scientific Equipment, Navigating Busy Waterways, And Operating In The Offshore Environment. The Captain Will Work Directly With The Chief Scientists For Matters Pertaining To Deck Layout, Berthing Arrangements, Trip Itinerary, Planning, And Operations. The Captain Will Be Familiar With All Contract And Statement Of Work Requirements.
the Contractor Must Provide Adequate Crew To Meet Uscg Safe Manning Levels And Provide Appropriate Crew To Safely Conduct The Required Operations. The Contractor Must Provide Skilled Individuals On The Vessel Capable Of Crane Operations And Line Handling For Launch And Recovery Of All Small Boats And Cargo.
captain And Crew Must Have All Required And Necessary Qualifications, Licenses, And Certifications Appropriate To Their Position. All Contractor Crew Will Be Physically Capable Of Performing All Required Tasks During The Charter. The Contractor Will Provide The Tpoc With The Captain And Crew Qualifications For Those Individuals That Will Be Sailing On The Charter At The Pre-charter Meeting Or No Less Than 14 Days Prior To Departure.
all Contractor And Government Personnel Must Comply With Noaa And Sefsc Personnel Conduct Policies Including: Eeo, Workplace Harassment, Substance Abuse, Safety, And Environmental Awareness. A Zero Tolerance Policy For Any Type Of Harassment Will Be Enforced. The Contractor Must Provide Safe, Efficient Working Conditions And Accommodations To The Government Personnel Free From Violence, Threats Of Violence, Harassment (including Sexual Harassment), Intimidation, And Other Disruptive Behavior. The Contractor, Its Agents, Subcontractors, And Employees, Including The Captain And Crew Of The Vessel Must Not Harass, Assault, Oppose, Impede, Intimidate, Threaten, Interfere With Or Make Unwelcome Advances Toward Any Member Of Government Personnel. Violation Under This Clause May Result In Termination Of The Contract, At The Discretion Of The Government Under The Default Clause, And Consequent Liability Of The Contractor To The Government For Any Costs Incurred, As Well As Debarment, Suspension Or Similar Action From Future Participation In Government Contracts. Violation Of The Contractor’s Obligations Under This Clause May Result In Criminal And/or Civil Prosecution Of The Person(s) Involved By Either The Government Or Affected Government Personnel, As Provided By Applicable Law, As Well As Adverse Performance Evaluation Under The Terms And Conditions Of This Contract.
during The Charter Period, The Possession Or Use Of Intoxicating Substances And/or Illegal Drugs, By Any Person, Is Not Permitted And May Be Grounds For Termination Of This Contract By The Government.
delivery Schedule:
the Cruise Must Be Completed Between April 1, 2025 And April 16, 2025.
the North American Industry Classification Code (naics) Is 483114 With A Size Standard Of 550 Employees.
interested Firms Shall Provide, In Writing, A Brief Narrative (no More Than 3 Pages In Length) And Documentation To Support Your Firm’s Capability And Experience Specific To Meeting This Requirement Herein And Include Your Firm’s Name, Address, Point Of Contact, Telephone Number, Sam Ueid Number, Ccr Cage Number, Business Type And Size (i.e., Small, Large, Non-profit, Educational, Etc.). Any Response That Does Not Include This Information Will Not Be Considered. The Government Will Review Your Response To Determine If Your Firm Has The Experience, Knowledge And Capability To Provide The Items As Specified Above. Do Not Provide A Generic Capabilities Statement. Only Respond With A Detailed Capabilities That Clearly Shows Capabilities To Meet The Above Specific Requirements.
this Request For Information Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. Nor Does This Request For Information Constitute A Commitment, Implied Or Otherwise, That Any Procurement Action May Be Issued For The Government’s Requirements.
no Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of The Submission Of Contractor’s Information. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations.
all Contractors Doing Business With The Government Are Required To Be Registered And Active With The System For Award Management (sam) Website.
note: This Sources Sought Is Not Considered A Request For Proposal But A Request For Information Only. No Solicitation Document Is Available. No Contract Will Be Awarded Based On Responses Received To This Notice.
responses Shall Reference Sources Sought Fd-2025-071 And Be Sent To Amy.gilliland@noaa.gov
Closing Date10 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Details: Work Item 1: Ship Service Diesel Generator, Load Testing, Perform
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Perform Load Testing Of Designated Ship Service Diesel Generator (i.e., Ssdg) Listed In Table 1.
table 1 – List Of Ship Service Generator
caterpillar Model No.
description
location
3512b
no.2 Ship Service Diesel Generator,1360 Kw, 450 Volt Ac, 3 Phase, 60 Hz
forward Main Machinery Room (5-44-01-e)
1.2 Government-furnished Property.
none.
2. References
coast Guard Drawings
coast Guard Drawing 750-wmsl-501-002, Rev E, Machinery Arrangements (asc501001)
coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
coast Guard Technical Publication (tp) 7119, Ship Service Diesel Generator - Model 3512b
coast Guard Technical Publication (tp) 7165b, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 1
coast Guard Technical Publication (tp) 7166b, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 2 & 4
coast Guard Technical Publication (tp) 7167, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 3
other References
comdtinst 9077.1 (series) Equipment Lockout-tags-plus Instruction
mil-std-1310, Sep 2009, Shipboard Bonding, Grounding, And Other Techniques For Electromagnetic Compatibility And Safety
3. Requirements
3.1 General. Contractor To Provide Load Bank And Oem Technical Representative Services To Oversee Overall Break-in And Run-up Procedures For Reassembled Caterpillar 3512b Engine, To Include All Steps Required From Initial Startup To Satisfactory Completion Of 100% Load Operation For Oem Prescribe Timeframe.
3.1.1 Cir.
none.
3.1.2 Tech Rep.
none.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
piping
electrical Cables
switchboard Enclosure
vent Ducting
motor Operated Valves
3.1.5 Background Information. Ssdg Listed In Table 1 Will Be Modified By The Coast Guard For The Following Task:
generator Bearing Replacement
shaft Alignment
pinning And Machine Work
diesel Engine Top-end Overhaul
3.1.5.1 After Completion Of Above Listed Tasks, This Work Item Is To Be Used For The Contractor To Perform Load Testing Of Designated Ssdg Listed In Table 1.
3.2 Work Location. The Concerned Work Area Is Listed In Table 1. See The Applicable Drawings In References In Paragraph 2 For Guidance, Locations, And Details.
3.2.1 Proposed Temporary Cable Routing Must Be Developed Using Uscg Dwg 418a-wmsl-801-001. Submit A Cfr.
3.2.1.1 Temporary Load Bank Cables Must Be Routed From The Switchboard To The Load Bank Via A Single Route, And Must Not Be Routed Separately By Any Method Which Would Lead To Unbalanced Phase Cables To Transit Through Hull Or Bulkhead Openings.
3.3 Grounding. The Contractor Must Ensure Conductive Surfaces Of The Load Bank Enclosure Are Appropriately Bonded And Grounded For Protection Of Personnel.
3.4 Contractor Furnished Materials (cfm). The Contractor Must Furnish Materials Listed In The Table 2 For Load Testing Of The Ssdg Listed In Table 1.
table 2 – Contractor Furnish Materials
materials
description
source Of Supply
load Bank
1500 Kw, 450 Volt Ac, 3 Phase, 60 Hz, Resistive
electrical Equipment’s Rental Company
load Bank Cables
approximate Length Of 300 Feet Cables With Ring Tongue Compression Lugs, 6 Paralleled #4/0 Copper (single Conductor) Per Phase (18 Total X 300 Feet) And One Additional Length For The Equipment Grounding Conductor Or Six Lstsgu-400
tony Santiago
murray Benjamin Electric
397 West Ave.
stamford Ct 06902
(203-705-2100) Or Any Electrical Cable Supplier
3.4.1 The Contractor Must Provide Miscellaneous Hardware Required For Electrical Installation (i.e. Nylon Stuffing Tubes, Chafing Gear, Box Connectors, Lugs, Fasteners, Wire Nuts, Tapes, Cable Ties & Cable Mounting Brackets, Etc) Of The Electrical Equipment.
3.5 Load Testing. The Contractor Must Provide Labor And Crane Services As Necessary For Placing Load Bank At Suitable Location (i.e., On The Pier Or The Ship). After Completion Of Load Bank Testing Of Ssdg, The Contractor Must Remove All Installed Equipment And Cables Used During Testing.
3.5.1 Testing Plan. The Contractor Must Submit A Plan For Load Testing Of The Ssdg In Accordance With Tp 7119.
3.5.1.1 The Plan Must Cover The Following Topics At A Minimum:
steady Increase Of Load In Multiple Steps Up To 100% Real Power Load
no Less Than 2 Hours Of Continuous Testing At 100% Load
simulated Start Of 450 Hp Load (assume No More Than 200% Fla)
emergency Shutdown Procedures
load Bank Specification And Location
cable Locations For Load Bank
no-load Tests
data To Be Collected During Tests
all Proposed Connections, Cable And Load Bank Configurations
3.5.1.2 The Contractor Must Start Testing Of The Ssdg After Cor Approval Of Submitted Test Plan And Official Acceptance By The Contract Officer (ko).
3.5.2 After Placing Load Bank At Suitable Location (i.e., On The Pier Or The Ship) The Contractor Must Install The Cables From The Load Bank To Associated Ss Switchboard Bus Bars (i.e. Back Side Of Ss Switchboard No.2s), According To The Agreed Upon Cable Routing.
caution
the Back Side Of The Switchboard Should Be Roped Off As A Personnel Exclusion Area (approximately 10 Foot Radius From Any Visible Live Bus
3.5.2.1 The Contractor Must Route The Cables From Designated Ssdg To Load Bank Through Hatches And Passageway. The Contractor Must Run Cables In Overheads As Much As Possible To Avoid Trip Hazards.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
safety
at Any Point In The Load Test Or Operational Testing Period If The Need Presents Itself The Engine – Prime Mover May Be Shut Down By The Tech Rep With Communication To The Uscg Operational Engineer Utilizing The Local Eos, E Stop Or Shut Down From The Switch Gear. Any Of The Three Options Will Automatically Open The Ssdg Buss Breaker
3.5.3 After Warmup Of Ssdg Until Coolant Temperature Reaching 140 Degree F, The Contractor Must Perform The Load Testing Of Designated Ssdg Listed In Table 1 At Following Load Condition.
table 3 – Load Testing
load
hours
*no Load
0.5 Hrs
25 % Load
0.5 Hrs
50 % Load
0.5 Hrs
75 % Load
0.5 Hrs
100 % Load
2.0 Hrs
no Load
0.5 Hrs
running No Load Testing. No Load Testing Will Consist Of Running The Engine At Idle Rpm Until The Engine Coolant Temperature Reaches 140 Deg. F During That Warmup Time Safety Testing Will Be Performed For Oil Pressure, Temp Warning, Emergency Shut Down Conditions, And Coolant Temp. Warning And Shutdown. Shipboard Alarm Verification Will Be Observed At That Time As Well.
3.5.3.1 Engine Parameter Readings During The Load Bank Test Must Be Taken Every 15 Minutes Including, But Not Limited To The Bullet Points In This Paragraph. Submit A Cfr.
engine Temp, Coolant Temp, Oil Pressure, Boost Pressure, Intake Air Temp After The Aftercooler, Exhaust Stack Temp, Left And Right Bank Exhaust Temperatures.
in Addition To The Generator Load Test Form, A Caterpillar Steady State Engine Performance File Shall Be Recorded On The Engine Ecm All Related Available Information.
generator Information, Voltage Reading Per Phase, Amperage Readings Per Phase, Hz, Bearing And Winding Temps.
pre And Post-test Pssrp Shall Be Saved On The Ecm To Provide Verification Of All Available Diagnostic Codes And Events.
all Electronic Files And Reports Must Be Submitted Via Cfr.
3.6 Load Test Documentation. After Completion Of Testing, The Contractor Must Provide All Collected Data Sheets To The Contracting Officer.
4. Notes
this Section Is Not Applicable To This Work Item.
Closing Date10 Feb 2025
Tender AmountRefer Documents
Energie Und Wasser Potsdam GmbH Tender
Others
Germany
Details: The currently unused rooms of the workshop building will be gutted down to the shell and rebuilt. The radiant ceiling panels in the former workshop area are to be retained. On the ground floor, an electrical company is renting some rooms. They will continue to use the rooms during the construction phase. All work in the rented areas must be agreed with the tenants in good time. This company has also been commissioned to carry out electrical work and is therefore the contact person for the construction site's electrics. Some of the windows, doors and gates will be removed without replacement and all others will be replaced. 120 mm Wlg 035 rock wool will be installed as external insulation. The workshop building was built as a column/beam construction during the GDR era. Gas silicate concrete wall panels were installed in front of the columns as a stacked facade. The window bands were enclosed with steel structures. The roof was built from sloped trusses with reinforced concrete ribbed ceiling panels with concrete topping. A new photovoltaic system is to be installed on the roof. A horizontal drywall ceiling is to be installed in the rooms on the upper floor. The old bridge crane has been dismantled. The rails of the old bridge crane are present and are to be retained.
Closing Date6 Mar 2025
Tender AmountRefer Documents
2561-2570 of 2592 archived Tenders