Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2010 FBO #3252
SOLICITATION NOTICE

J -- Tiglax Vessel Engine Rebuild

Notice Date
10/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
US Fish & Wildlife Service - R7 Contracting & General Services1011 E. Tudor Rd, Mail Stop 171 Anchorage AK 99503
 
ZIP Code
99503
 
Solicitation Number
F11PS00010
 
Response Due
11/1/2010
 
Archive Date
10/18/2011
 
Point of Contact
Christie VandenDries Contract Specialist 9077863415 christie_vandendries@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this request is F11PS00010 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 05-46) and Federal Acquisition Regulation (FAR). This procurement is a small business set-aside. The applicable NAICS classification code is 336611 with size standard of 1,000 employees and PSC code is J999. SCOPE OF WORKThe U.S. Fish and Wildlife Service is requesting quotes for rebuilding/repairing two Caterpillar engines, series (3412) with a rated Horsepower of 425. The serial# for the port engine is 60M02792, AR# 1W0733 and for the starboard engine is 60M02794, AR # is 1W0733 from the M/V Tiglax located in the Homer, AK small boat harbor. BackgroundM/V Tiglax is a 120 foot science support vessel owned and operated by the U.S. Fish and Wildlife Service, and has a home port of the small boat harbor at Homer, Alaska. More information on the vessel can be found at: http://alaskamaritime.fws.gov/tiglax.htm. This scope of work entails rebuilding/repairing two Caterpillar engines, series (3412) with a rated Horsepower of 425. The serial# for the port engine is 60M02792, AR# 1W0733 and for the starboard engine is 60M02794, AR # is 1W0733 from the M/V Tiglax located in the Homer, AK small boat harbor. Both of the engines have 17,000 hours/meter units since the last rebuild. The port main developed a pinhole coolant leak between the water jacket and the crankcase in the area of #4 cylinder. The leak is currently stopped with automotive stop-leak. The starboard engine has no known problems other than high hours. Description of WorkThe contractor shall provide all labor and materials necessary to complete the repair/rebuild of two Caterpillar engines listed above. Any materials or services furnished by the Government have been clearly stated within this scope of work. The contractor shall travel to the vessel's home port of Homer, Alaska to perform all services required. The contractor shall dismantle and rebuild both the starboard and port engines. All engine parts can be removed through the engine room access hatch and then removed from the ship via the deck hatches that provide access to outside the ship. The old parts and new parts can be put on and off the ship via the Homer Fish dock by using city cranes operated by the FWS crew, if necessary. Pad eyes may need to be welded onto the engine room overhead to assist in the removal of the old heavy engine parts. Should the pad eyes become necessary, FWS will provide the hot work and fire watches. The contractor will provide all materials, labor, and tools necessary to rebuild the engines. The contractor shall, at a minimum the following install new or remanufactured parts:-crankshaft-camshaft (after inspection confirms need for replacement) -Injector pump -water pump-oil pump-cylinder heads-turbo charger cartridge-fuel transfer pump-power packs (i.e. pistons, connecting rods, piston rings, wrist pins, liners) -rocker assemblies- intercooler -vibration dampers-engine gasket set- seals-timing gears -head bolts-head divider plates-push rods-bearings -hour meter-adapters All parts that are to be reused will be cleaned by the contractor. Upon cleaning, FWS personnel will inspect and approve the reused parts for reinstallation. Once the parts are approved for reuse, the contractor shall reinstall according to manufacturer specifications. The contractor is not responsible for painting the engine upon completion of the job. The contractor shall ensure proper disposal of all unused/damaged/removed parts, as well as any cleaning solvents as a result of the engine rebuild. The contractor shall provide two (port & starboard) satisfactory operating engines in accordance with manufacturer specifications. Therefore, any parts necessary to meet this standard shall be included in the contractor's quote. Please note the existing injectors were installed in the winter of 2010 and are presumed to be in good working order. The contractor shall use the existing injectors in the new engines. It is imperative that the contractor begins rebuilding/repairing the port engine first, as it is the engine needing critical repairs. The engines will need to be moved forward from the reduction gear on the engine beds. This process movement could damage the existing chockfast. FWS personnel will determine the need for this repair. If the chockfast is found damaged, a modification shall be issued by the Contracting Officer prior to the contractor proceeding with this repair or any other additional work. The FWS personnel will provide the adapters to move the engine. After each engine has been rebuilt, FWS will perform a dockside test of the engine, followed by a 2-4 hour sea trial. FWS will provide and replace all fluids (inclusive of coolant and oil) necessary for these tests. **NOTE**If the contractor and COTR agreed that the port side and/or starboard side engine blocks cannot be repaired, new blocks will be required. Should the blocks need to be replaced, the replacement blocks may be new or remanufactured parts. If it is necessary, FWS will use the shore side city cranes alongside the city dock to remove the engine blocks from the ship. It is at this point, the contractor has the responsibility to dispose of the block(s) properly. If the blocks are found to be non-repairable, a modification shall be issued by the Contracting Officer prior to the contractor proceeding with this replacement or any other additional work. Period of PerformanceWork shall begin by November 22, 2010 and to be completed no later than January 10, 2011. The period of performance shall be increased by the number of days identified for each of the optional line items exercised. Optional Site VisitThe ship and its engine room will be available for a site visit prior to the solicitation closing period. Offerors are encouraged to visit the vessel, but not required. Site visits are only available October 25, 2010 or October 26, 2010 between the hours of 9am and 4pm. Requests for dates and times other than these will not be accepted. Please contact Eric Nelson for scheduling at (907) 399-8735. LINE ITEMSPlease provide a detailed price schedule for the following items: Base Line Items Port Engine Rebuild:1.00 JOB$___________________ Starboard Engine Rebuild:1.00 JOB$___________________ Warranty:1.00LS$___________________ Optional Line Items Port Engine Block: 1.00 EA$___________________Extension of period of performance (additional days required to complete):________ Days Starboard Engine Block:1.00 EA$___________________Extension of period of performance (additional days required to complete):________ Days Repair chockfast & align reduction gear 1.00 EA$___________________ DELIVERYAll work shall begin by November 22, 2010 and to be completed no later than January 10, 2011.Location: U.S. Fish and Wildlife Service, Alaska Maritime National Wildlife Refuge, 95 Sterling Highway, Homer, Alaska 99603. Specifically all work will take place at the Homer Boat Harbor, Alaska. CLAUSES AND PROVISIONS:The following FAR provisions apply to this acquisition:52.212-01, Instructions to Offerors-Commercial52.212-02, Evaluation-Commercial Items. Evaluation Criteria for Tiglax Engine RebuildThe Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:1. Price 2. Warranties3. Past Performance 4. Technical Capabilities/Experience WarrantiesProposals shall include the proposed warranty for specific services and parts. Past PerformancePast performance capability shall be evaluated on offerors' references from previous relevant work. References, including contact names and phone numbers, shall be provided for the past three (3) years of experience, as well as for similar jobs. Proposals should include statements that demonstrate ability to comply with the required delivery or proposed delivery or performance schedules, taking in to consideration all existing commercial and government business commitments. The contractor shall provide documentation to support previous history of successfully rebuilding marine engines. Technical Capabilities/ExperienceProposals shall include descriptions of key personnel, supplies and equipment which demonstrate ability to provide contractual services as specified. Experience shall be related to key personnel not historical company experience. Proposals should include statements and descriptions of key personnel experience in rebuilding Caterpillar engines. Proposals shall also demonstrate the company's ability to provide the resources to perform engine rebuilds on a ship at a port. The technical and price proposal shall be separately bound. The technical proposal shall not contain any price information. The contractor shall also ensure all documentation provided can be used to determine the contractor's potential success in completing this contract. The Government may or may not check some or all past performance references and federal past performance databases. Selection will be made based on the best value to the Government. All non-price factors, when combined, are approximately equal to cost or price. 52.212-03, Offeror Representations and Certifications-Commercial ItemsOfferors must be registered in ORCA and provide the information requested in this clause. To register, please go to: https://orca.bpn.gov/52.212-04, Contract Terms and Conditions-Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, 52.222-41, 52.222-4252.217-5, 52.217-7, 52.223-5, 52.228-5, 52.237-2, 52.216-1 (firm fixed price contract), 52.237-11452.228-70, 1452.233-2 POINT OF CONTACT:This combined synopsis/solicitation is a request for competitive quotes. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Christie VandenDries, Contracting Officer, U.S. Fish and Wildlife Service Phone (907) 786-3415Fax (907) 786-3923Email: Christie_VandenDries@fws.gov To ensure fair competition, should technical questions arise that have answers that are beneficial to all offerors, a Question and Answer document will be maintained at: http://www.fws.gov/filedownloads/ftp_vandenc/F11PS00010/ It is the offeror's responsibility to review this document regularly. QUOTE/PROPOSAL SUBMISSION:Quotes must be received at the following address, via fax or mail, prior to the closing date of this solicitation. Closing date of this solicitation is November 1, 2010 at 10:00am: US Fish and Wildlife ServiceContracting and General Services1011 East Tudor Rd, MS 171Anchorage, AK 99503Ph: (907) 786-3415Fax: (907) 786-3923 ANTICIPATED AWARD DATE: The contract is expected to be awarded approximately November 17, 2010. Faxed and emailed quotes will be accepted. Email quotes to Christie VandenDries at Christie_VandenDries@fws.gov. Quotes being submitted via fax should be sent to 907-786-3923 Attention: Christie VandenDries. Quotes must be received before the closing date of November 1, 2010 at 10:00am.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00010/listing.html)
 
Place of Performance
Address: Homer, Alaska
Zip Code: 99603
 
Record
SN02312360-W 20101020/101018233628-1b7d40ab332cb5ad9ceda558554b36c4 (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.