SOLICITATION NOTICE
20 -- USNS SACAGAWEA SOR Main Diesel Generator Couplings
- Notice Date
- 11/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
- ZIP Code
- 23451
- Solicitation Number
- N40442-11-T-2007
- Archive Date
- 11/24/2011
- Point of Contact
- Sequita D. Harris, Phone: 757-443-5889, Cynthia Clemons, Phone: 757-443-5881
- E-Mail Address
-
sequita.harris@navy.mil, cynthia.clemons@navy.mil
(sequita.harris@navy.mil, cynthia.clemons@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 N40442-11-T-2007 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 2005-46, effective 29 OCT 2010. NAICS code 811310 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to American Vulkan Corporation 2525 Dundee Rd. Winter Haven, FL. for the USNS SACAGAWEA for the following service: Disassemble, inspect, reassemble, and test the main diesel generator couplings.07 JAN - 03 FEB 11. Only an authorized Original Equipment Manufacturer (OEM) Representative will be accepted for this service. Any offer for other than an OEM Representative will not be considered. The requested period of performance for the above service is 07 JAN - 03 FEB 11. STATEMENT OF WORK 1.0 ABSTRACT This item describes the requirement to disassemble, inspect, reassemble, and test the main diesel generator couplings. 2.0 REFERENCES 2.1 Vulcan Coupling Drawing, DOKU1G531W00013E_4088324 2.2 Tech Manual, Vulcan Coupling, Tech Doc DOKU1G531W0013E 2.3 Tech Manual T9235-AK-MMC-010, Generator, Synchronous, 6600 V, 60 Hz, including Generator Excitation Control Panel 2.4 Tech Manual T9233-CF-1MC-070, Technical Manual, Diesel Engines, Main Power Generation, Model 9L 48/60 and 8L 48/60, Volume E1-E4 for Main Diesels 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location: Main Machinery Room 3.2 Quantity: Four (4) main diesel generator couplings 3.3 Item Description/Manufacturer's Data 3.3.1 Main Diesel Generator Coupling 3.4 Bill of Material (Contractor/OEM provided): Description Specification QTY Shim CuSn6 One (1) per coupling, four (4) total 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES: 4.1 Government Furnished Equipment: None. 4.2 Government Furnished Materials: 4.2.1 RATO-S 56 size inner clamping ring, quantity four (4). 4.2.2 RATO-S 56 size membrane assembly, quantity four (4). 4.3 Government Furnished Services: None. 5.0 NOTES: 5.1 Performance Period: 07 Jan - 03 Feb 2011. 5.2 Performance Location: NOB, Norfolk, VA 5.3 Provide an access list of all personnel boarding the ship. The list shall include the following: 5.3.1 Persons full Name 5.3.2 Social Security Number, or passport#, or naturalization number. 5.3.3 Place of birth 5.3.4 Date of Birth 5.4 In addition (not replacing) to what you sent out now, your will have to submit your personnel on the EPIC spreadsheet. You can send your cover letter and use the spread sheet for your list of personnel, but your personnel must be on the EPIC spread sheet. You will still need to send a letter head signed. If your request is for San Diego, NJ, or OCONUS you will still have to send the request on their form in addition to the EPIC spread sheet. Request will no longer be accepted by fax, all request must be sent electronically, Please do not send the EPIC spread sheet in PDF. 5.5 Contractors Please allow 3 business days (5 for NASSCO, OCONUS, & Earl NJ) for processing of all requests. EPIC will take up to 48 hrs to process, your request must be approved by EPIC before access can be sent to the facility for their approval, access will not be guaranteed without approval form EPIC. Request must contain, full name (full middle), full SSN, POB (city and state), DOB, duration of visit, location of visit (ship), and the name of the ship accompanied by the contractors companies letter head signed. 5.6 All request must be sent to pass and ID from MSFSC, do not sent request directly to pass and ID. Visitors are not to proceed to Base Pass & Decal for an ID badge for at least 3-5 days from the time your visit request is sent for processing or without approval due to the high volume of visit requests. 5.7 The Access list and EPIC Spreadsheet shall be e-mailed to Nikia Rorie at nikia.rorie.ctr@navy.mil. She can be reached by office phone at 757-443-0932. 5.8 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area without proper authorization. 5.9 THE USNS SACAGAWEA ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORK ON THE ITEM. 5.10 Prior to initiating any work on the electrical system, de-energize and tag-out all sources of electrical power to the circuits involved in this work item. Restore electrical power upon the completion of all aspects of this work item. 5.11 Port Engineer Contact is John Massey, Cell Phone: 757-434-2903, E-Mail: john.massey@navy.mil 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the services of an authorized manufacturer's representative and use References 2.1, 2.2, 2.3, and 2.4 for guidance in performing all work. NOTE MSFSC PORT ENGINEER WILL ARRANGE FOR ADDITIONAL OUTSIDE MACHINIST AND RIGGING SUPPORT THROUGH SHIPYARD OR SERVICE ORDER CONTRACT 7.2 Temporarily remove rubber elements. 7.3 Using Reference 2.3 for guidance, temporarily disassemble generator bearings and temporarily move generator shaft aft. NOTE IT IS REQUIRED TO TEMPORARILY MOVE THE GENERATOR SHAFT AFT TO REMOVE THE INSTALLED MEMBRANE ASSEMBLY AND INNER CLAMPING RING AND TO INSTALL REPLACEMENT GFM MEMBRANE ASSEMBLY AND GFM INNER CLAMPING RING. AS PART OF THIS SERVICE ORDER, VULCAN WILL ARRANGE FOR A CONVERTEAM REPRESENTATIVE TO ASSIST IN TEMPORARILY MOVING GENERATOR SHAFT. 7.4 Remove inner clamping ring, shims, and membrane assemblies. 7.5 For GFM inner clamp ring identified in 4.2.1, measure pilot depth and record. 7.5.1 Measure the total thickness of membrane assembly and record. 7.5.2 Measure the inner hub pilot depth with a 0-1 depth micrometer and record the dimension (i.e. subtract the inner clamp ring pilot depth from the inner hub pilot depth to determine the gap, example 14mm - 7.2mm = 6.8 mm gap). 7.5.3 Measure the thickness of the shims and record. 7.5.4 Calculate the total of the membrane assembly and the thinnest (smallest number) of the shim measurements. 7.5.5 Subtract the inner hub pilot depth recorded in 7.5.2. NOTE THE TOTAL THICKNESS OF THE MEMBRANES AND SHIMS SHOULD BE GREATER THAN THE INNER HUB PILOT DEPTH. IF THE TOTAL THICKNESS OF THE MEMBRANES AND THE SHIMS IS NOT GEATER THAN THE INNER HUB PILOT DEPTH, THICKER SHIMS NEED TO BE FABRICATED. NOTE AS PART OF THIS SERVICE ORDER, VULCAN WILL ARRANGE FOR A FAIRBANKS MORSE REPRESENTATIVE TO ASSIST IN ACCOMPLISHING ALIGNMENT CHECKS AND TAKING CRANKSHAFT DEFLECTION READINGS 7.6 Accomplish an alignment check using Reference 2.4 for guidance. 7.6.1 Record measurements of the resilient mounts, buffer screw gap for each mount on the engine and ensure they are within allowable limits. 7.6.2 Take crankshaft deflection readings and ensure they are within limits. 7.6.3 Temporarily install alignment check tooling and indicators and record measurements. 7.6.4 Compare measurements to initial alignment readings. 7.6.5 Remove alignment check tooling and indicators. NOTE ENSURE CORRECT GRADE FASTENERS ARE INSTALLED IN THE CORRECT LOCATIONS AND FASTENERS ARE TORQUED TO THE CORRECT VALUES NOTE ENSURE THE #1 CYLINDER IS AT TOP DEAD CENTER POSITION AND THE KEYWAY ON THE GENERATOR SHAFT IS AT THE 12 O'CLOCK POSITION AT THE START OF THE REASSEMBLY PROCESS. 7.7 Install GFM membrane assembly and shims identified in 4.2.2 on inner hub. 7.8 Install inner clamp ring identified in 4.2.1 and retaining bolts on inner hub. 7.9 Return generator shaft to original position and reassemble bearings using Reference 2.3 for guidance. NOTE ENSURE LIFTING HOLES IN OUTER CLAMPING RINGS DO NOT ALIGN IN GAPS IN RUBBER SEGMENTS DURING THE REASSEMBLY PROCESS 7.10 Reinstall rubber elements. Install CuSn6 shim, identified in 3.4, between rubber elements and outer clamping ring. 7.11 Witness operational test of main diesel. 7.12 Provide a condition report that includes all "as found" and "as released" dimensions. 7.13 Manufacturer Representative: None additional. 8.0 GENERAL REQUIREMENTS: None additional. The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 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. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 02 December 2010 at 1000 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Sequita.harris@navy.mil or faxed via 757-443-5982 Attn: Sequita Harris. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-2007/listing.html)
- Place of Performance
- Address: Naval Station Norfolk, Norfolk, Virginia, United States
- Record
- SN02333412-W 20101126/101124234054-dd1413c27bcacc1b25f6f64239fb1e83 (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 |