Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2005 FBO #1481
SOLICITATION NOTICE

J -- Thermal Spray Lift Fan Shaft Repair

Notice Date
12/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0180
 
Response Due
12/20/2005
 
Archive Date
1/19/2006
 
Description
DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. 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 visit the Internet at http://www.ccr.gov for more information. FISC San Diego is announcing its intent to issue a Request for Quote (RFQ) for Assault Craft Unit 5. This announcement is published as a Total Small Business Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; (this means you must be a small business, quoting the product of a small-business manufacturer). This procurement is restricted; all responsible sources may submit an offer. This is a synopsis for commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. A separate written solicitation will be issued upon request. Solicitation number RFQ N00244-06-T-0180 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense acquisition Circular 91-13. The standard industrial code is 3479 All supplies/services are to be delivered: FOB Dest to Supply Officer, Assault Craft Unit-5, Area 31, Bldg 31916, Camp Pendleton, CA 92055. Acceptance shall be made at destination. This requirement is for a fixed priced contract . STATEMENT OF WORK High Velocity Oxy-Fuel (HVOF) Thermal Spray Lift Fan Shaft Repairs for Landing Craft Air Cushion (LCAC) Reference: (1) MIL-STD 1687A, Thermal Spray Processes For Naval Ship Machinery Applications General. 1. Scope of Work. The contractor shall provide all personnel, supervision, equipment, tools, parts, and services necessary to perform HOVF or other thermal spray repairs to Landing Craft, Air Cushion (LCAC) lift fan shafts for Assault Craft Unit Five (ACU-5), Camp Pendleton, CA 92055. The contractor shall apply thermal spray on lift fan shafts in accordance with MIL-STD-1687A (Reference 1). 2. Personnel. All contractor personnel shall possess the skills, knowledge, and training to perform satisfactorily the services required by MIL-STD-1687A. 3. Certification. The contractor?s facility and thermal spray operators shall be NAVSEA certified to perform HVOF thermal spray in accordance with MIL-STD-1687A. 4. Required Services a. LCAC Lift Fan Shafts. Required services to be performed on lift fan shafts (Part Number 5749555-015, NAVSEA Drawing No. 278-5749555 Rev H) supplied by ACU-5 shall be as follows. (1) Bearing and Seal Areas. (a) Premachining. Machine electroless nickel plating and damaged areas from bearing area (datum ?a-, 4.7247 / 4.7244?? dia.) and seal areas (the 5.378 / 5.372?? diameter area and the 4.438+ / - .003? diameter area) to remove damage in preparation for HVOF thermal spray coating. (b) Surface Preparation. Clean and prepare the surfaces to be HVOF coated in accordance with MIL-STD-1687A and the facilities NAVSEA approved process instruction. (c) Coating. Coat the bearing and seal areas with HVOF thermal sprayed tungsten carbide to a thickness required to finish areas to final print dimensions. If the machined area removed in step (a) is greater than 0.020? thick, use a compatible stainless steel alloy or inconel as a base metal build up followed by the tungsten carbide coating. (d) Finish Machining. Machine and/ or grind the coated areas to original print dimensions and surface finish. (2) Thread Service. The contractor shall inspect and dress threads. No thread repair work is expected to be required. In the event the contractor considers thread repair to be required for any shaft, the contractor shall promptly notify both the FISCSD Contract Specialist and the ACU-5 Technical Point of Contact, providing a description of the problem encountered, a detailed estimate to repair and delivery date. Work on other shafts should not be delayed pending government response to the contractor?s notice of need for thread repair. b. Other LCAC Components. NONE. 2. Salvaged Parts. If ordered repairs require the replacement of parts, the parts replaced shall be tagged and returned to the designated point of contact at ACU-5. The tag shall annotate the part number, nomenclature, and equipment from which it was removed. 3. Shipping / Freight. For repair of components provided, ACU-5 will ship components to be repaired to the Contractor?s facility at no expense to the Contractor. Upon completion of service, the contractor shall arrange return of the shafts to ACU-5 to the following ?Ship To? address in time to meet the required delivery date: Supply Officer Assault Craft Unit-5 Area 31, Building 31916 Camp Pendleton, CA 92055 4. Packaging. For return of fan shafts provided by ACU-5, the Contractor shall protect repaired surfaces with protective packaging. 5. Inspection and Acceptance. a. The contractor shall confirm receipt of components for repair by signing a copy of the incoming delivery documentation and returning a signed receipt copy to Assault Craft Unit Five (ACU-5), Attn: Tina Larson, P. O. Box 565161, Camp Pendleton, CA 92055. For shipments from ACU-5, if shipment damage is noted the Contractor shall report the damage to ACU-5, including photographs showing the damage. b. Inspection and acceptance of repaired components shall be performed by ACU-5 at destination, Camp Pendleton, CA. 6. Shipper/Packing Slips. The Contractor shall prepare Shipper/Packing Slips to accompany the return of repaired components to ACU-5. The skipper/Packing Slips shall reference the Purchase Order Number and Requisition Number shown in blocks 1 and 4 of the DD Form 1155 first page of the order, describe the work performed on the repaired shafts, and indicate the quantity of shafts being returned. 7. Invoicing. The Contractor shall submit invoices to the ACU-5 invoicing point of contact specified elsewhere in the purchase order. ACU-5 will verify receipt and acceptance, prepare prompt payment certification documentation and forward the approved Contractor invoices to the payment office. Each Contractor invoice shall contain the information specified in the Prompt Payment clause of the purchase order. A copy of the written solicitation is required to obtain the specifications prior to quoting. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. 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. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. Clause 52.232-18 Availability of Funds applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on 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 Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. 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. 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. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above reference written solicitation. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors ? Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time. 20 Dec 2005, and will be accepted via fax (619-532-2347) or via e-mail (evangeline.rodriguez@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher . See Numbered Note (13).
 
Record
SN00952343-W 20051216/051214212650 (fbodaily.com)
 
Source
FedBizOpps 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.