SOLICITATION NOTICE
20 -- EDG ALIGNMENT
- Notice Date
- 12/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423810
— Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
- 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
- N40442-11-T-7185
- Archive Date
- 1/6/2011
- Point of Contact
- Terri L Buonfigli, Phone: 7574435954
- E-Mail Address
-
terri.buonfigli@navy.mil
(terri.buonfigli@navy.mil)
- Small Business Set-Aside
- Total Small Business
- 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-7185, 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 423810 applies. This is 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 Hawthorne Machinery Co. for USNS EARHART for the following service. Original equipment manufacturer (OEM) parts are required. Any offer for other than OEM parts will not be considered: The requested period of performance for the above service is 03/31/11-04/15/11. 1.0 ABSTRACT This item describes technical services required by the OEM to perform alignment services of the Emergency Diesel Generator (EDG) and any necessary training. 2.0 REFERENCES: 2.1 TAKE EDG Alignment Procedure (attached) 3.0 ITEM LOCATION AND DESCRIPTION 3.1 Location/Quantity. a) Location: EDG Room 02-73-1 b) Quantity: 1 each EDG 3.2 Item Description/Manufacturer's Data: 3.2.1 Caterpillar Model 3516B, S/N TAK00004V, NAVSEA Technical Manual T6265-AQ-MMC-010/020/030. 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES: 4.1 Steel Plates (Liners, See attachment) 4.2 Steel Shims (Same as Liners, See attachment) 5.0 NOTES 5.1 Fax/Email Ship access requests on company letterhead to Nikia Rorie, Ph: (757) 443-0932; Fax: (757) 443-1494. (nikia.rorie.ctr@navy.mil) 5.1.1 Information required: 5.1.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.1.1.2 Non-U.S. Citizen Contractors: Full Name; Date Of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.2 Email BASE access requests to Norma Pilman of SSU GUAM. (Norma.Pilman@fe.navy.mil), Ph: 671-339-5341. 5.2.1 The following information is required: 5.2.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.2.1.2 Non-US Citizen Contractors: Full Name; Date Of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.3 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors of tier must comply with the requirements of all applicable GTR's. 5.4 The contractor and all subcontractors regardless of tier are advised to review other work items under this contract, to determine their effect on the work required under this work item. 5.5 Prior to initiating any work on the electrical system, 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. 5.6 Contractor shall provide all tools required to check and correct any misalignment of the EDG. 5.7 Contractor shall provide all necessary liners (plates) and shims to realign the EDG. Liners or Shims shall meet drawing requirements of reference 2.1. 5.8 Performance period shall be 31 March 2011 through 15 April 2011. 5.9 Location of work shall be onboard USNS Amelia Earhart, TAKE 6 in Santa Rita, Guam. 5.10 Principal Port Engineer point of contact is Scott Alvey, Cell Phone: 757-803-4539, E-Mail: scott.alvey@navy.mil. 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK: 7.1 Provide services of the original equipment manufacturer (OEM) authorized Technical Representatives, experienced with Caterpillar (OEM) 3516B series engines, model number AA27401000 installed onboard all TAKE Class vessels. 7.2 The OEM Technical Representatives shall: 7.2.1 Perform a cold alignment check of Generator to the Caterpillar Model 3516B diesel engine. 7.2.2 Provide alignment data to the Chief Engineer and Principal Port Engineer including all indicator readings. Report shall include calibration data for instruments used for alignment. 7.2.3 Perform a visual inspection of the EDG coupling. Report any deficiencies found. 7.2.4 Remove access shims currently that exist under generator mounting feet. Replace with liner (plate) and shims (not to exceed 6ea). Document plate and shim thicknesses. Re-dowel and torque hold down bolts as per OEM specifications. 7.2.5 Realign Generator to the Caterpillar Model 3516B diesel engine in accordance with reference 2.1 attached. Document final (Cold) alignment results. 7.2.6 Perform a two (2) hour preliminary operational test of the Emergency Diesel Generator, including monitoring of the Generator DE and NDE bearing temperatures. Document final (Hot) alignment results. Realign Generator if required. 7.2.7 Test engine safety shutdowns in accordance with reference 2.2. 7.2.8 Conduct Ship's Force training on the proper use of laptop computer to evaluate engine performance and testing of the engine safeties and shutdowns in accordance with the ABS Annual Automation Test Procedure. 7.2.9 Upon completion of the EDG servicing and training, perform a final two (2) hour load test on the EDG in the presence of the Port Engineer, Chief Engineer and ABS Surveyor. Ship's machinery will be utilized to create the load for the EDG. Monitor all safeties and bearing temperatures during operational test. Bearing temperatures shall be within manufacturer's recommendations. 7.2.10 Provide a final report to the Chief Engineer and Port Engineer in electronic PDF format with recorded data, conditions found, adjustments performed. 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 22 December 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to terri.buonfigli@navy.mil or faxed via 757-443-5982 Attn: Terri Buonfigli. 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/notices/af97e6a9291b689cf87f6fc075d062e0)
- Place of Performance
- Address: GUAM, Guam
- Record
- SN02346709-W 20101219/101217234217-af97e6a9291b689cf87f6fc075d062e0 (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 |