SOLICITATION NOTICE
20 -- Turbo Charger Overhaul and Repair
- Notice Date
- 10/2/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
- ZIP Code
- 23451
- Solicitation Number
- N40442-09-T-5005
- Archive Date
- 10/21/2008
- Point of Contact
- Susan Kreider, Phone: 757 417 4562
- E-Mail Address
-
susan.kreider@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-09-T-5005, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. NAICS 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for technical services and parts for the turbo charger and overhaul for the USNS Grumman. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM (ABB Inc) parts will not be considered. The requested period of performance for the above service is 17 November through 08 December 2008. N. Charleston, SC. 1.0ABSTRACT 1.1This item describes the overhaul of two exhaust gas turbochargers for the port main propulsion diesel engines. 2.0REFERENCES/ENCLOSURES 2.1References: 2.1.1NAVSEA Tech. Manual No. T9233-AM-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures. (available aboard vessel) 3.0ITEM LOCATION/DESCRIPTION 3.1Location/Quantity: 3.1.1Engine Room, 4-60-0, two (2) turbochargers 3.2Description/Manufacturer's Data: 3.2.1Turbocharger Data:Asea Brown-Boveri (ABB) Model: VTR 454-11 3.2.2Engine Data:Colt-Pielstick 10 Cylinder Model: PC 4.2V570 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1Turbocharger oil as per para. 7.1.6. 5.0NOT USED 6.0QUALITY ASSURANCE REQUIREMENTS 6.1Contractor shall provide services of an ABS Surveyor to witness shop work. 7.0STATEMENT OF WORK REQUIRED 7.1Perform the following work on the two (2) main engine turbochargers described in paragraph 3.2 using reference 2.1.1 for guidance. 7.1.1Manufacturer’s authorized technical field service representatives shall accomplish all work on this item. All shop work shall be performed by a manufacturer's authorized repair facility. 7.1.2Provide all tools, equipment, manufacturer's replacement parts and labor to perform a 12,000-hour overhaul of the two (2) main engine turbochargers. 7.1.3Disassemble turbochargers and remove rotor assemblies, nozzle rings and cover rings for thorough cleaning and inspection. 7.1.4Transport the rotors to a manufacturer's authorized repair facility. Steam clean and glass bead blast rotors. Inspect rotors measuring turbine blade diameter, bearing journals, shaft runout, and pump drive spigots. Record all readings. If no further repairs are required, dynamically balance rotors to manufacturer's specifications. Return rotors on completion. 7.1.4.1Contractor to provide ABS surveyor to witness balancing of rotors at the manufacturer's authorized repair facility. 7.1.4.2Contractors to rigidly crate and use extreme care so as not to damage rotors during transport to and from manufacturer's repair facility. 7.1.5Reassemble turbochargers replacing the following parts: MODEL:VTR454-11 SERIAL #:HT374110 PART NUMBERDESCRIPTIONQTYUNIT PRICES (U.S. $) EXTENDED PRICES (U.S. $) 32100RECON C/S BEARING2 34100RECON T/S BEARING2 36000RECON C/S PUMP2 39000RECON T/S PUMP2 51014SEALING BUSH2 76002SEALING BUSH2 32154GASKET2 34154COVER GASKETS2 51015HEX-HEADED SCREWS24 51016VERBUS DISC24 51019HEX-HEADED SCREWS16 51020LOCKING PLATE16 7.1.6Upon reassemble of turbochargers, leave units in a ready for operation condition with new oil provided by ship's force. 7.1.6.1During reassembly, take and record all measurements and clearances as recommended in ref. 2.1.1, And ensure roll pin mod for the bearing is inserted. Chief Engineer to witness all measurements. 7.1.6.2Upon completion of repairs, submit two (2) copies of a written report of all measurements and clearances taken to the Port Engineer. 7.1.7Clean all work areas, removing all debris resulting from this work item. 7.2Inspection/Test 7.2.1Upon completion of repairs, conduct operational tests of the turbochargers during dock and sea trials to the satisfaction of Chief Engineer and the Port Engineer. Dock trial duration approx. 4 hours. Sea trial duration approx. 48 hours. 7.3Manufacturer's Representative: 7.3.1ABB Robert Harrison TEL: (732) 932-6436FAX: (732) 932-6378 Email: robert.j.harrison@us.abb.com 8.0 GENERAL REQUIREMENTS: None additional. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 417-4606. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 06 Oct 08 @0900 A.M. Offers can be emailed to susan.kreider@navy.mil or faxed to Susan Kreider 757-417-4606. Reference the solicitation number with your quote.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2278c218ff6cb0597bc993040702d565&tab=core&_cview=1)
- Record
- SN01687544-W 20081004/081002221147-2278c218ff6cb0597bc993040702d565 (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 |