Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOLICITATION NOTICE

20 -- USNS Big Horn SME Cooler Replacement SOR

Notice Date
1/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-09-T-5200
 
Archive Date
2/6/2009
 
Point of Contact
Cheryl Somers,, Phone: 7574435921, Diane C. Krueger,, Phone: 757 443 5879
 
E-Mail Address
cheryl.somers@navy.mil, diane.krueger@navy.mil
 
Small Business Set-Aside
N/A
 
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 -5200, 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 336399 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA. intends to award a firm fixed price purchase order for the USNS Big Horn for the following: 1.Statement of Work: 1.1Provide labor/material to replace two (2) intercooler coors, inboard and outboard, on the starboard Main Engine as described in this service order. 2. Period of Performance: Start:January 31, 2009 Complete:February 19, 2009 3. Vessel Location: USNS Big Horn (T-AO 198) Norfolk Naval Station Pier 8 Norfolk, VA 23513 Call Mark Englar, Principal Port Engineer, Cell (757) 282-8059 or Bill Davis, Chief Engineer, 757-406-7219 for exact location. 1.0ABSTRACT 1.1The intent of this work item to remove the starboard intercoolers, replace the core and the associated gasketing, and reinstall the intercoolers. 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) 2.2Enclosures: 2.2.1List of Government Furnished Material. 3.0ITEM LOCATION/DESCRIPTION/QUANTITY 3.1Location/Quantity: 3.1.1Location: Engine Room, 5-60-0. 3.1.2Quantity: Two (2) turbocharger intercooler, Fairbanks Morse P/N T12617378, to be dealt with. Intercooler Assembly- 7500 LBS Intercooler outlet piping (elephant ears) - 2650 LBS 3.2Description/Manufacturer’s Data: 3.2.1Description:Colt-Pielstick 10 Cylinder Model: PC 4.2V 570 3.2.2Manuf. Data:Fairbanks Morse Engine Beloit, Wisconsin 53511 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1Material:See enclosure 2.2.2. 5.0NOTES 5.1The turbocharger intercoolers weigh approx. 7,700 lbs. each. Extreme care shall be taken while rigging the coolers during removal and reinstallation to prevent personnel injury or damage to ship's equipment. 5.2MSC INFO: VRR 08-037 6.0QUALITY ASSURANCE REQUIREMENTS 6.1All work performed shall be to the satisfaction of the MSC Port Engineer, Chief Engineer, and the manufacturer’s technical field service representative. 6.2When visual inspections are called out in the performance of this work item, they shall be witnessed by the MSC Port Engineer, Chief Engineer, and the manufacturer’s technical field service representative. 7.0STATEMENT OF WORK REQUIRED 7.1Remove, renew core, regasket and reinstall the one (1) turbocharger air cooler (intercooler) from the PME under the direct supervision of a contractor provided Fairbanks Morse Engine technical field service representative, using reference 2.1.1 and enclosure 2.2.1 for guidance. 7.1.1Drain the intercooler to facilitate removal 7.1.2Remove the air monifold transition piece. 7.1.3Disconnect, rig and remove the two (2) intercoolers in accordance with sections 6-15 through 6-15.3.v of ref. 2.1.1. 7.1.4Thoroughly clean and dress mating surfaces of intercooler, turbocharger, engine, and piping connections. Conduct a visual inspection of all mating surfaces in the presence of the Port Engineer, Chief Engineer, and the manufacturer's technical field service representative. 7.1.4.1Repairs to mating surfaces. 7.1.5Unbolt the cover plates from the intercooler frame and remove the air cooler core and replace with the new core IAW Ref. 2.1.1. 7.1.5.1Thoroughly clean and dress mating surfaces and reassemble intercooler assemble using all new sealant and gaskets. 7.1.6Perform hydro test of intercooler core on Jacket Water side then perform hydro test of intercooler core on the Central Fresh Water side. Both hydro tests shall be performed to 100 psi. Allowable leakage-NONE. 7.1.7Rig and reinstall the intercooler with new government-furnished gaskets, in accordance with sections 6-15.11 through and 6-15.11.p of ref. 2.1.1. 7.1.8Reinstall air monifold transition piece using new o-rings and gaskets. 7.2Inspection/Test: 7.2.1In conjunction with ship's force, conduct an operational test of the port main engine for a minimum of two (2) hours upon completion of repairs. Identify and repair any loose or leaking joints, components or fittings. 7.3Reinstall and restore all insulation and lagging pads removed during the performance of this work item as original. 7.4Mechanically clean, prepare, prime and paint and otherwise restore all new and disturbed surfaces to match surrounding surfaces. 7.5All dirt and debris resulting from this work item shall be removed from the ship daily and all areas left clean and in good order. 7.6Preparation of Drawings: None. 7.7Manufacturer’s Representative: 7.7.1Fairbanks Morse. (757) 623-2711 Service Manager. 8.0GENERAL REQUIREMENTS 8.1None additional. INTERCOOLERS AssemblyDescriptionPart NumberQty. Cooler 98550117061 (with covers)`2 each. GasketT4496276 each GasketT4496282 each GasketT4496292 each GasketT2151742 each 148GasketT12618892 (old ON67206.07.21)2 each 130GasketON65118.24.4020 each 125O ring0T655659.7.632 each 148GasketT21547016 each 148GasketT2154718 each 148Sealant, ThreadT993510200004 tubes 176GasketT21554016 each 176GasketT21554116 each 176Core3042832 each 176GasketB3043074 each 176O ringB3043054 each 176GasketB3042674 each 176GasketB3042684 each 176Zinc anode26943020 each 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) 443-5979. The following numbered notes apply to this requirement: N/A 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 22 January 2009 @ 0900 A.M. Offers can be emailed to cheryl.somers@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eda29a8a7ab42a2c6699e4ae489667fe&tab=core&_cview=1)
 
Place of Performance
Address: USNS Big Horn (T-AO 198), Norfolk Naval Station, Pier 8, Norfolk, Virginia, 23513, United States
Zip Code: 23513
 
Record
SN01733062-W 20090117/090115215439-eda29a8a7ab42a2c6699e4ae489667fe (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.