Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2010 FBO #3164
SOLICITATION NOTICE

20 -- USNS Lewis and Clark engine service - Memo - justification and approval

Notice Date
7/22/2010
 
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
N40442-10-T-8015
 
Archive Date
8/10/2010
 
Point of Contact
Jessie Garcia, Mrs., Phone: 757-443-5967
 
E-Mail Address
jessie.garcia@navy.mil
(jessie.garcia@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval Memo for J & A 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 N40442-10-T-8015, 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 2005-29. 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 the USNS Lewis and Clark for the following services: 1.0 ABSTRACT This item describes material and technical services to refurbish nine (9) each cylinder heads. 2.0 REFERENCES: 2.1 T/M T9233-CF-IMC-010; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume B1, Engine Operating Instructions. 2.2 T/M T9233-CF-IMC-020; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume B2, Engine Working Instructions. 2.3 T/M T9233-CF-IMC-040; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume B3, Spare Parts. 2.4 T/M T9233-CF-IMC-070; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume E1-E4, Engine Operating Instructions. 2.5 T/M T9233-CF-IMC-030; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volumes C1, C2, C3, Turbocharger Operating and Working Instructions/Spare Parts Catalog 3.0 ITEM LOCATION AND DESCRIPTION/ 3.1 Location/Quantity/Contractor Supplied Material. 3.1.1 Location: Contractor Facility 3.1.2 Quantity: 9 each MAN 48/60 Cylinder Heads 3.2 Item Description/Manufacturer's Data: - Each of the 9 head will be delivered to FME with 16,066 operating hrs on them. - The serial # of the heads is as follows: Head # Serial # 1 1130152/1 2 1130152/2 3 1130152/3 4 1130152/4 5 1130152/5 6 1130152/6 7 1130152/7 8 1130152/8 9 1130152/9 - The IMO Number on each of the heads is: o 0759 1105500 0859 3.3 Contractor Supplied Material: Contractor is to review this statement of work and provide all parts necessary to complete tasking per this service order. This shall include all gaskets/ orings and renewable parts. 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: None 5.0 NOTES 5.1 Performance Location: Contractor's Facility 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK: 7.1 Provide the service of Authorized FME-MAN OEM technicians to perform Cylinder head refurbishment. The OEM technicians shall be Sr. Service Tech Rep Experience with MAN B&W 48/68 engines. All work shall be performed by FME. 7.2 Government will ship old heads to contractor facility. 7.3 All work shall be performed in accordance with OEM recommended practices and procedures. 7.4 Recondition, prepare, and place in a ready for issue condition the nine each cylinder heads listed in paragraph 3. As a minimum the following shall be performed on each head. 7.4.1 Completely disassemble and clean each of the heads. 7.4.2 Perform and inspection of each of the heads. 7.4.3 Chemically clean each of the heads including cooling water passageways. 7.4.4 Perform a hydrostatic test of each head to ten (10) bars and hold for 30 minutes. 7.4.5 The contractor shall provide the services of ABS to witness the hydrostatic test. ABS shall provide a Miscellaneous Survey Report identifying the heads by serial number and that the hydrostatic test was witness and no defects or leaks were observed. 7.4.6 Exhaust valve cages shall be removed and the seats ground. 7.4.7 Exhaust valve seats shall be ground if required. 7.4.8 Exhaust valve o-rings shall be renewed. 7.4.9 Exhaust valve guides measured and checked to be within spec. 7.4.10 Check exhaust valve springs. 7.4.11 Intake valve guides measured and checked to be within spec. 7.4.12 O-rings on exhaust and intake valve guides replaced. 7.4.13 Intake valve seats checked and ground if required. 7.4.14 Inspect all valve keepers and valve rotators. 7.4.15 Replace the broken spring disk on cylinder #7 inlet valve rotator 7.4.16 Overhaul start air valve. 7.4.17 Lap all components with mating surfaces. This is to include all landings, start air valve, exhaust valve, injector, and lower landing surface. 7.4.18 Check intake valve springs 7.4.19 Re-assemble cylinder head. 7.4.20 Paint cylinder head. 7.4.21 Preserve cylinder heads. 7.4.22 Include all necessary seal rings and o-rings in the package to install new heads to engine. 7.4.23 Package each cylinder head separately. Each package shall include a copy of the service report and ABS report inside. Each package shall be suitable for overseas shipment including use of certified bug free wood. Each package shall be clearly marked on the exterior indicating the heads serial #. 7.4.24 Upon completion of work, Mr. Bill Zagrocki shall be contacted for shipping instruction. Bill Zagrocki 757-443-0972 757-434-1880 Cell William.zagrocki@navy.mil  Reports: o Provide separate service report in pdf format for each of the heads. o Each service report shall be identified by the head serial #. o The report shall indicate the # of operating hrs on each head. o Each report shall have a list of all renewed parts. o The service reports shall include ABS report. o Each service report shall include a certification from FME that the heads are ready for issue and in a condition ready for installation without further work or inspections. 7.4.25 ABS: Provide the service of ABS to perform inspection and testing of each head. ABS shall issue a Miscellaneous Survey report for the testing and inspection. 7.5 Preparation of Drawings: None additional. 8.0 GENERAL REQUIREMENTS: None The requested period of performance for the above service is period of performance: 1 August, 2010 to 1 November, 2010 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 Rerepresentation, 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: 22. 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 26 July, 2010 @ 0900 A.M. Est.. Offers can be emailed to jessie.garcia@navy.mil or faxed to 757-443-5982 Attn: Jessie Garcia. Reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/75503603aa95094e26c617496418955c)
 
Record
SN02214862-W 20100724/100722235224-75503603aa95094e26c617496418955c (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.