SOLICITATION NOTICE
J -- REPLACE SSDG CAMS ONBOARD NOAA SHIP GORDON GUNTER
- Notice Date
- 2/14/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- EA133M-07-RQ-0144
- Response Due
- 2/20/2007
- Archive Date
- 3/20/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The request for quote (RFQ) number is EA133M-07-RQ-0144. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-13. This requirement is being solicited on a full and open competition basis and will be issued subject to FY 2007 appropriations. The associated North American Industry Classification System (NAICS) code is 333618, with a size standard of 1,000 employees. The National Oceanic and Atmospheric Administration (NOAA) require replacement of CAMs on the #2 and #4 SSDG engines onboard NOAA Vessel GORDON GUNTER. All work shall be in accordance with Caterpillar service, maintenance and overhaul technical manuals, including all current and applicable amendments and service bulletins, in such a manner that the manufacturer?s warranty on parts and labor is not voided. As such only Caterpillar certified dealerships may provide a quotation. The order will be awarded based on price and other factors using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and conditions and prompt payment discounts with their quote. Vendors are reminded to submit their Representations and Certifications in accordance with FAR clause 52.212-3. Failure to do so may delay award. - START OF SPECIFICATION ? NOAA SHIP GORDON GUNTER 13 February 2007 MED SSDG #2 & #4 DIESEL ENGINE EMERGENCY REPAIRS l.0 ABSTRACT 1.1 This item describes the repair of the #2 and #4 SSDG engines on board the NOAA Ship GORDON GUNTER. 2.0 REFERENCES/ENCLOSURES 2.1 REFERENCES: None. Refer to manufacturer?s latest parts publication and manual for this engine series and serial number. 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location: Generator Room 3.2 Description: 3.2.1 No. 2 Diesel Generator: CAT 398, S/N 35Z01560 No. 4 Diesel Generator: CAT 398, S/N 35Z01566 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Government Furnished Material: 4.1.1 Engine Lube Oil 4.1.2 Jacket Water 4.2 Government Furnished Services: None. 5.0 NOTES: 5.1 The Contractor shall comply with all requirements of the vessel?s equipment tag out program prior starting work. 5.2 Prior to the start of work, the Contractor shall contact the Chief Engineer to coordinate the implementation of the Tag Out Program for the entire performance period of this item. The Prime Contractor shall be responsible for compliance by both prime and subcontractor personnel. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 All work is to be inspected and approved by the ship?s chief engineer. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide all labor, material, equipment, tools, staging, shop facilities, rigging, transportation, required to accomplish work in this item. Remove and reinstall interferences as necessary to complete the work outlined in this specification. The ship?s crane will be available to load and unload parts to/from the pier. 7.1.1 All work accomplished in this work item is be accomplished by certified Caterpillar Diesel Mechanics only. 7.2 Accomplish repairs to the No. 2 and 4 Diesel Generator. From a condition report during other repairs the following was discovered; ?Unit #4 ... Removed the front left side cover and inspected CAM. Found #2 cylinder's exhaust lobe damaged. #4 exhaust lobe was damaged. Was unable to measure the lobe due to the CAM being in the engine. Metal was rolling off the side of the lobe and its appearance is of metal mechanically milled. Unit #2: Did same on Unit #2. Found same on #5 exhaust CAM lobe and its condition was identical? 7.2.1 The Government will drain the engine of lube oil and jacket water prior to commencement of the overhaul. Lube oil will be drained to the waste oil tank. 7.2.2 The Government will provide and install new lube oil, jacket water, and jacket water treatment. 7.3 Accomplish all work necessary to remove the existing camshafts and install a new camshafts. 7.3.2 Inspect the camshaft bearings, provide condition report. 7.4 Upon complete reassembly of the engine, set and adjust all valves and injectors. 7.5 An operational test is to be conducted to ensure the restored condition of the generator. 7.6 Provide a final as released repair report stating what work was performed and the results of the operational testing. - END OF SPECIFICATION - The repair shall start February 22, 2007 and be completed by March 14, 2007. It is anticipated that a purchase order will be awarded on or about February 21, 2006. The work shall be accomplished onboard the GORDON GUNTER at Gulf Marine Support Facility, 151 Watts Avenue, Pascagoula, MS 39567-4102. The vessel may be visited from February 14 - 20, 2006 by contacting Jim Meigs at 228-596-6772. Wage Determination No. 94-2301 (Rev 29) applies to this acquisition. Quotes are due on or before February 20, 2007 by 2:00 p.m. EST. Quotes may be faxed to 757-441-3786 OR 757-664-3652, Attention: Melissa R. Sampson e-mailed at Melissa.R.Sampson@noaa.gov or mailed to U.S. Dept. of Commerce, NOAA, Eastern Administrative Support Center, 200 Granby Street, 8th Floor, Norfolk, VA. 23510, Attention: Melissa R. Sampson. For information regarding this acquisition, please contact Ms. Sampson at (757) 441-6561 or via e-mail at the address listed above. The provision at 52.212-1, Instructions to Offerors--Commercial applies to this acquisition and there are no addenda to this provision. In accordance with 52.212-1, vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its quote. Vendors shall refer to www.arnet.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (17), (18), (19), (20), (24), (31) and (c) (1). In accordance with the Statement of Equivalent Rates for Federal Hires (May 1989) and in compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332 is: Machinery Maintenance Mechanic ? WG 10. No other additional contractual terms and conditions are applicable. No Defense Priorities and Allocations System (DPAS) rating are assigned. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. Vendors are asked to provide their (DUNS) Dun and Bradstreet nine digit number along with their quotation.
- Place of Performance
- Address: Pascagoula, MS
- Zip Code: 39567-4102
- Country: UNITED STATES
- Zip Code: 39567-4102
- Record
- SN01231935-W 20070216/070214220333 (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 |