Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

20 -- OEM FAIRBANKS MORSE - MAN B&W ENGINE SERVICE REP

Notice Date
7/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment 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-5470
 
Archive Date
7/14/2010
 
Point of Contact
Lisa Alston-Howard, Phone: 757-443-5915
 
E-Mail Address
lisa.alston-howard@navy.mil
(lisa.alston-howard@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-5470 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 2005-22. NAICS 333618 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 SERVICES OF A OEM FAIRBANKS MORSE/MAN B&W DIESEL ENGINES OEM TECH REP FOR THE USNS RICHARD E. BYRD. ORIGINAL EQUIPMENT MANUFACTURER (OEM) FACILITY REP IS REQUIRED. ANY OFFER FOR OTHER THAN OEM SERVICE REP WILL NOT BE ACCEPTED. MDE INJECTOR AND HEAD GROOM. 1.0ABSTRACT This item describes technical services and parts for the repair of a MDE head and Injector(s). 2.0REFERENCES: 3.0Voyage Repair Request VR08-002, VR09-021 and VR09-23 3.0ITEM LOCATION AND DESCRIPTION/ 4.0Location/Quantity/FME supplied Material. 5.0Location: Main Machinery Room 5-66-0 6.0Quantity: One(1) MDE cyl head and four(4) Injectors 7.0Item Description/Manufacturer's Data: -FME/MAN B&W 8L & 9L 48/60 Diesel Engines 8.0FME is to review this statement of work and verify parts necessary to complete tasking per this service order have been ordered and are on hand. This shall include all gaskets and renewable parts. Any additional items found to be required shall be submitted to the port engineer for amendment. Any additional parts shall be identified by: -Nomenclature -Applicable Work Card # -FME Part number -Sub assembly number -Sub assembly part number -Unit price 4.0GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: 5.0One(1) MDE cyl head and four(4) Injectors 5.0NOTES 6.0Performance period: Work shall be from 22 July to 31 August 09. 7.0Performance Location: FME specified location. FME facility. 8.0MDE Head serial 4-026 was removed as part of 6000-Hour maintenance interval on #3 MDE. The intake valves and seats require grinding to achieve proper sealing. Ship does not have the seat grinding machine nor a 220VAC outlet to power the valve grinder. 9.0These injector assemblies are used, with approximately 4200 hours on each. They are serialized on the injector body for individual identification for ABS survey and lifecycle purposes. Overhauled injectors may be used in any engine. Use the body serial numbers to identify the injector. Injector serial numbers included with this VR are: 4-02 4-07 4-09 4-10 10.0Port Engineer Contact is Willie Lombos, Cell Phone: 757-943-7949, E-Mail: Willie.lombos@navy.mil 11.0Alternate: Alan Ronald, Cell Phone: 757-777-6779, E-mail: alan.ronald@navy.mil 12.0QUALITY ASSURANCE REQUIREMENTS: 6.1 Written report including, but not limited to work performed, GFM/CFM parts consumed, tests performed and results. Operating test pressures for each assembly will be separately identified by the etched serial number on the injector body within the report along with the name of technician performing the test. Each individual assembly will have a tag attached indicating the set pressure and date of test. Both paper and electronic versions of the written report are requested. 13.0STATEMENT OF WORK: 14.0Provide the service of an Authorized FME/MAN B&W 8L & 9L 48/60 Diesel Engines OEM rep. OEM Rep shall be a Sr. Service Tech Rep Experience with MAN B&W 48/68 engines and the T-AKE Class. All work shall be performed by the authorized service Representative. Point of Contact For OEM Services: Fairbanks Morse Engine (FME) 1545 Tidelands Ave., Suite J National City, CA 91950 (619) 477-3218 800-622-6747 FAX (619) 477-3021 POC: Bransford Pickett Western Region Manager 15.0Overhaul MDE Head Serial 4-026. 16.0Receive the head and inspect for shipping damages. 17.0Disassemble the head and inspect IAW appropriate Work Cards. Note that head components have already been worked and cleaned, however as part of the inspection they should be re-examined for ABS certification. Note any discrepancies or requirement for additional parts. 18.0Perform any repairs, cleaning, and reassembly work necessary to return the assembly to full operational condition IAW appropriate Work Cards. Prep, prime, and paint disturbed surfaces IAW MSC and MAN paint scheme. 19.0MAN licensed representative to receive fuel injection assemblies. Pop-test to validate findings of failure. Disassemble, clean, and identify parts required to return injector to service. Reassemble the injection valve assembly IAW MAN work cards and test assembly for leaks, correcting any discrepancies found. Adjust opening and operating pressures IAW MAN specifications for proper operation. 20.0Injectors (4) and fully dressed head will be sent to the ship’s location. PPE will determine where the boat is and will forward the information to the company. 21.0Protect assembly for shipment. 22.0Procure nine (9) new injector bodies to assemble with the Government furnish injector tips (P/N X 11.22100-0782*00 NIIN TT0017809). The new bodies with the ship’s new nozzles to create a new injector. 23.0Nine (9) new injector bodies will be kept at an FME facility. The ship will send the injector Tips to FME once the injector bodies have been acquired. 24.0Due to the uncertainty of the availability of the Injector Bodies, action to assemble both the tips and bodies will be under another Service Order or P.O. 25.0All maintenance and repairs shall be performed in accordance with OEM recommended practices and procedures. 26.0Preparation of Drawings: None additional. 27.0GENERAL REQUIREMENTS: None Contractor need to provide the following with their quote: (if not applicable please note N/A) Period of Performance is from ___________________ – includes ______ days of travel and ________ days onboard performance on ship. Labor: Contractor must provide a copy of published hourly/daily labor rates documentation. __________ # of hours @ $__________ straight time ____________ # of hours @$_____________ overtime ____________ # of hours @ $____________ double time ____________# of hours @ $____________ weekends/holiday Total Man-Hours _______________ How many technicians on job.______________ Travel Charges: Travel Cost for _______ number of days: Total of ___________ # of hours at $______________ per hour/per day for travel costs. Airline ticket to the place of performance is approximately $______________ (Please state the departure airport.) Vehicle rental at the place of performance is approximately $_______________ a day for ______ # of days. Per diem rate to the place of performance is $_________________ per day which covers lodging, meals, and incidentals for __________ # of days. (Per Diem rates can be found at www.gsa.gov) Materials: Estimated Materials: (Please provide a list of all estimated materials and costs needed for repairs. State shipping costs if applicable.) Any other associated costs for this service please list: FIRM FIXED PRICE TOTAL (Includes all charges):$____________________ Prior History Contract #’s:_____________________________________ Cage #:_____________ Tax ID #_______________________________ Reply to: Military Sealift Fleet Support Command Lisa Howard –Alston Contract Specialist lisa.alston-howard@navy.mil Phone: 757-443-5915 Required period of performance is 22 Jul thru 31 Aug 2009. 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: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. 52.219-28 Post-Award Small Business Program Rerepresentation; 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 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. Also, number of labor hours and the hourly rates, number of travel hours and rates, parts listing and price for each, airfare, and any other expenses should be individually listed. Responses to this solicitation are due by 16 July 2009, 11a.m. Offers can be emailed to lisa.alson-howard@navy.mil or faxed to 757-417-4606 Attn: Lisa Howard-Alston. Reference the solicitation number N40442-08-T-5470.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1a7fa00c865c0554c644fe2f55b5941c)
 
Record
SN01874606-W 20090716/090714235935-1a7fa00c865c0554c644fe2f55b5941c (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.