Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

J -- Maintenance and Repair of HVOF Thermal Spray Repairs to LCAC Lift Fan Shafts

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
92132-0212
 
Solicitation Number
R454112274001
 
Response Due
7/18/2002
 
Archive Date
8/17/2002
 
Point of Contact
Brian O'Donnell 619 532 3445 Brian O'Donnell, Contract Specialist, 619.532.3445
 
E-Mail Address
Click here to contact the Contract Specialist
(brian_w_odonnell@sd.fisc.navy.mil)
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-04. This Procurement is issued as a 100% small business set-aside with a small business size standard of $6.0 million. The Standard Industrial Code is 7699, (NAICS code is 81131, Other Non-Automotive Transportation Equipment and Industrial Machinery and Equipment Repair and Maintenance. The agency need is to Provide Maintenance and Repair of high velocity oxy-fuel (HVOF) thermal spray repairs to landing Craft Air Cushion (LCAC) Lift Fan Shafts, P/N 574955, NAVSEA Drawing No. 278574955, Revision H). The application of thermal spray on lift fan shafts shall include the following processes: 1. Bearing and Sealing areas 2. Surface Preparation 3. Coating. Contractor shall be required to weld and build up the area of all threads utilizing welding procedures approved by the Naval Sea Systems Command (NAVSEA) and the LCAC In-Service Engineering Agent (ISEA) Coastal System Station, Panama City FL Code A41, and re-cut new thread to original print dimension. This shall be done to all lift fan shafts to ensure all surfaces run true together. Offeror shall provide unit price and amount for each of the following CLINs: CLIN 0001 Lift Fan Journal Shafts. Tungsten Coat and Grind bearings Seal Journals IAW MIL-STD 1687 & TSM F/T-WC-01 HVOF Process, Qty 32 EA CLIN 0002 Lift Fan Shaft Locking Nuts Sm all (P/N 248-5750175-003), Qty 32 EA; CLIN 0003 Lift Fan Shaft Locking Nuts Large (P/N 5750175-005), Qty 32 EA; The requirement is for a firm-fixed price contract. The solicitation will be issued with the anticipation of obtaining current pricing and parts information for all CLINs listed. In accordance with 52.211-8 Time of Delivery, offeror must provide a time-frame for performance of work. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212- 1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items; FAR 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -Contractor Certification; DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS c lause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes-Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal. 52.247-35 F.O.B Destination, Within Consignee's Premises to Camp Pendleton, CA. The Government intends to make a single award to the responsible Offeror whose offer is the most advantag eous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must provide references from at least three (3) current, major accounts where the contractor provides the same or similar services on the equipment outlined herein, and/or evidence of OEM certification as an authorized, factory-trained facility. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this so licitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PST, 18 July 2002 and will be accepted via FAX (619)-532-1088, Attn: Brian O'Donnell (619.532.3445) or e-mail brian_w_odonnell@sd.fisc.navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ STATEMENT OF WORK Ref: (a) Thermal Spray and Machine Inc. Encl.: (1) Landing Craft Air Cushion (LCAC) lift fan shafts 1. Scope of Work. Assault Craft Unit Five (ACU-5) MCB Ca mp Pendleton Ca 92055 requires high velocity oxy-fuel (HVOF) Thermal Spray Repairs to Landing Craft Air Cushion (LCAC) lift fan shafts (AER 278). 2. Contractor Requirements. Provisions shall be made for all personnel, supervision, equipment, tools, parts, materials and service necessary to perform HVOF spray repairs to LCAC lift fan shafts (part number 5749555, NAVSEA Drawing No. 2785749555, Revision H). The application of thermal spray on lift fan shafts shall include the following processes. a. Bearing and sealing Areas. Undercut/machine electrolysis nickel plating and damaged areas from bearing area (datum-a, 4.7247/4.7244" in diameter) and seal areas (the 5.378/5.372" diameter area and the 4.438+/.003 diameter). Weld repair all fits/threads, apply HVOF thermal spray coating with # 5803 tungsten carbide and finish grind or remachine all fits to paint specifications. Note: Minimum finish coating thickness of 0.012" per side after grinding must be provided. A compatible stainless steel alloy shall be used as a base metal build-up. b. Surface Preparation. All surfaces shall be cleaned and prepared prior to the HVOF thermal spray process in accordance with MIL-STD-1687A(SH) and in conjunction with the contractor's approved Process Control Procedures. c. Coating. Grind the coated areas to original paint dimension and a 6-8 rms finish. 3. Thread Repairs. The Contractor shall be required to weld and build up the area of all threads utilizing welding procedures approved by the Naval Sea System Command (NAVSEA) and the LCAC In-Service Engineering Agent (ISEA) Coastal System Station, Panama City, FL. Code A41, and re-cut new thread to original print dimension. This shall be done to all lift fan shafts to ensure all surfaces run true toge ther. a. Because repairs to the threaded areas and to the bearing and seal areas are required on the same lift fan shaft, the thread repair shall be accomplished first, and then the coating of the bearing and seal area shall be accomplished, to ensure that the bearing and seal area coating will not be affected (adversely) by the heat involved with the weld built-up of the threaded areas. b. When the thread repairs are performed to a lift fan shaft that previously HVOF coating repairs made to bearing and seal areas. The bearing and seal areas shall be re-coated and finished after the thread repairs are made in accordance with the approved welding procedure (see Paragraph 3 and 3a above). 4. Final Inspection. The Contractor shall ensure that the finish T.I.R. does not exceed .0004". The Contractor shall provide a Government Source Inspection for final quality assurance. 5. Delivery Orders. Individual delivery orders shall be issued to the contractor in response to the requirements to apply high velocity oxy-fuel (HVOF) Thermal Spry Repairs to bearing and seal areas and thread repairs on Landing Craft Air Cushion. (LCAC) lift fan shafts. 6. Shipping and Freight Requirements. a. The Contractor shall arrange for delivery to and pickup form the contractor'sfacility. b. The Contractor shall be responsible for the preparation of shipping a packing Slips to accompany the return of repaired components. Each Shipper Packaging Slip shall contain ( as a minimum) the following information. 1.) Contractor Delivery Orders Number 2.) Work performed on the each of required components 3.) Quantity of each component being returned and 4.) Ship to/mark for information destination. 7. Inspection and Acceptance. The Contractor shall confirm receipt of co mponents for repair by signing a copy of the incoming delivery document and returning a sighed copy to ACU-5 . Damaged components shall be immediately reported to ACU-5. Photograph shall be taken of damaged components and submitted to the Government with the Damaged Report. No Damaged Report is required for items repaired and accepted by ACU-5. 8. Performance Measurements. Application procedures for HVOF thermal spray must be in compliance with Paragraphs 5.2.1 and 5.2.5 of MIL-STD 1687A (SH). Thermal Spray Processed for Naval Ship Machinery Applications, dated 11 Feb. 1987. Contractor must have approved Process Control Procedures for the application of HVOF thermal spray in place and repairs performed IAW NAVSEA/PMS-335. "Quality Assurance Instruction", dated 01 Sept. 1993, at the time their bid is submitted. All spray operator personnel shall meet all tr aining, qualification and certification requirements as set forth in paragraph 4.4 of MIL-STD-1687A (SH).
 
Web Link
Click here to learn more about FISC San Diego
(http://www.eps.gov/spg/USN/NAVSUP/200/R454112274001/listing.html)
 
Record
SN00114859-F 20020713/020711215753 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.