Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2011 FBO #3333
MODIFICATION

20 -- USNS COMFORT-MAN ADG PART OVERHAUL

Notice Date
1/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
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-7215
 
Archive Date
2/4/2011
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@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-7215, 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 2005-34. NAICS 336611 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the USNS COMFORT for the following services: 1. Statement of Work: STATEMENT OF WORK: Provide services of a MAN qualified/certified repair facility to perform the following work on various MAN ADG parts described below: A. GENERAL REQUIREMENTS: 1. Take delivery of fifteen (15) each used cylinder heads, twelve (12) liners, one (1) charge air coolers, two (2) NR26 turbo chargers, six (6) turbo filter assemblies for repairs. Upon completion of all shop repairs fabricate wooden boxes as follows - place no more than four (4) liners in each box and four (4) heads in each box. Place the overhauled equipment in the crates for shipment. When goods are ready for shipment notify MSCREP for pick-up. Provide the port engineer with dimensions and weight for each box 2. Submit a service report to MSCREP indicating "as found" and "as released" conditions with digital pictures of the components serviced, all readings taken, parts replaced and recommended future actions needed to be taken. 3. Engine Name Plate Information: OEM: MAN (formerly known MAN B&W) MODEL: 12V 25/30 ENGINE S/N: 1045142 APPLICATION: DRIVING 2000kW Prime Rated Alternator 4. Take special note of paragraph B7. B. ADG CYLINDER HEAD and LINER REPAIRS: 1. Completely disassemble the heads, clean components to conduct detailed inspections to evaluate for reuse. Fire decks shall be NDTed for cracks. Upon completion of successful NDTs clean heads externally and internally. All scale shall be removed from cooling passages by acid cleaning. Exhaust and intake ports shall be cleaned and free of carbon, oil and dirt. 2. Submit all recordings, findings, and conditions of each component MSCREP in writing. Report shall also include all the parts require to be renewed. MAN Part Numbers and Quantities required shall be included. 3. Recondition Exhaust Valve and Intake Valve Seat Assemblies, Air Start Valve Assemblies, Intake and Exhaust Valves, and rocker arm assemblies. Recondition and recalibrate Cylinder Safety Valves and relief valves. 4. The contractor shall follow MAN B&W V12 25/30 DIESEL ENGINE manual and all repairs, workmanship and shop procedures shall be IAW ABS rules. 5. All the parts to be used during overhaul shall be Genuine MAN Prime Serve and no substitution allowed. 6. Upon completion of the overhauls after final cleaning heads shall be painted using the as found color using heat resistance epoxy paint. After curing heads shall be preserved and packed for long-term shipboard storage. 7. Contractor shall provide ABS surveyor attendance to prove the work and certify the heads and paper work. Heads shall be individually certified and stamped by ABS surveyor and have separate paper work. 8. Inspect and measure the liners. Provide an as found report to the PPE. If liners are within manufacter's limits, hone the liners and provide the PPE with an as released report. C. CHARGE AIR COOLER REPAIRS: 1. Completely disassemble air cooler, clean and inspect all parts. When all repairs are complete reassemble cooler with CFM new OEM hardware, gaskets, O-Rings and fasteners. 2. Chemically and ultrasonically clean cooler core. During chemical cleaning the flow of fluid must be aimed at the tube fins to penetrate the core blockage. Clean each tube interior to make sure all blockages (if any) removed. 3. After all cleaning completed; apply hydrostatic pressure at 45 psig with 70-deg F fresh water for 15 minutes to check for leaks. No leakage allowed. 4. When all repairs and successful tests are complete apply OEM approved high temperature resistant paint. When paint is cured prepare the cooler and apply corrosion inhibitor for long term storage Cooler Name Plate Information: OEM: GEA MODEL: 265/9/16/1-KSV-S99-20 N 192 GEA CONTRACT NO: 23405/10/154/35674 PO=011 Year 2003 MAN P/N: A11.32200-0412 at Group 322.08 ENGINE MODEL: V12 25/30 ENGINE S/N: 1045142 Turbo Chargers: a) Dismantle filter silencers & Turbine cartridges, check all parts, completely clean filter silencers and re-assemble, b) Balance rotor assemblies, re-assemble cartridge with a set of new bearings, reassemble turbo-chargers. Clean all casings, re-assemble T/C with overhauled silencers and cartridges. 2. Period of Performance: 15 Feb - 30 Apr 2011 3. Vessel Location: 4209 Newgate Avenue, Canton Pier 11 Baltimore, MD 21224 1.0 GENERAL REQUIREMENTS: 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); 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 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, 52.222-36 Affirmative Action for Workers with Disabilities, 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. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 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 BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price. The following additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5982. 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 20 Jan 2011 @12:00 P.M. Offers can be emailed to Dianne.Pope@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3fcb6ecedac79db0fe0fe3194418acf1)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN02356829-W 20110109/110107234601-3fcb6ecedac79db0fe0fe3194418acf1 (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.