SOLICITATION NOTICE
20 -- SERVICES FOR BOILER SAFETY VALVE REPAIRS
- Notice Date
- 7/13/2011
- 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, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-11-T-7622
- Archive Date
- 7/30/2011
- Point of Contact
- Comatrice D. Martin, Phone: 7574435920
- E-Mail Address
-
comatrice.martin1@navy.mil
(comatrice.martin1@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-7622, 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 2005-53, effective 5 JULY 2011. NAICS code 811310 applies. 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 USS MOUNT WHITNEY for the following services: The requested period of performance for the below service is 18 - 22 JULY 2011. 1.0 ABSTRACT This item describes the overhaul and testing of four Boiler Safety Valves for the USS Mount Whitney, Two Drum and Two Superheater. 2.0 REFERENCES: 2.1 Tech Manual NAVSEA: Manual S99221 AL MMO 020-600 PSI Main Boiler. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity of valves: MSC Warehouse Building LP-26, Naval Base Norfolk, Virginia. 3.1.2 Quantity: Four (4) Safety Valves 3.2 Item Description/Manufacturer's Data 3.2.1 Description and manufacturer's data: a. Steam drum valves 1 1/2F, 2 ½ HNP, Crosby A49149, rev C and rev B, and Superheater Safety Valve 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Two (2) each Steam Drum Safety valves 1 1/2F, 2 ½ HNP, Crosby A49149, rev C and rev B 4.2 Two (2) each Superheater Safety Valve 4.3 The government will pay for the services of the local ABS Surveyor to accomplish the requirements of this work item. 5.0 NOTES 5.1 a. Repair facility must be acceptable to the American Bureau of Shipping Surveyor. 5.2 Government will deliver the valves at Contractor's facility. Government will pick up the overhauled valves from contractors shop. Valves will need to be packaged for overseas shipment using heat treated wood. 5.3 All work performed in this item shall be approved by the American Bureau of Shipping (ABS) Surveyor. It is the contractor's responsibility to make arrangements with the American Bureau of Shipping Surveyor as to time and location of inspection. The contractor shall comply with the notification requirements of the ABS office. The government will pay for the services of the local ABS Surveyor to accomplish the requirements of this work item. 5.4 Valves certification of Shop Inspection and testing shall be provided in letter head form with American Bureau of Shipping review and approval shall carry ABS stamp. Three copies required. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 All repairs, inspection criteria, and procedures to be submitted, reviewed and approved in accordance with ABS Surveyor's requirements. 7.0 STATEMENT OF WORK REQUIRED. 7.1 Review Manual cited paragraph 2.1. Establish valve characteristics and overhaul requirements. 7.1.1 Provide the Services of the American Bureau of Shipping to inspect valves as found, make recommendations for repair, and inspect/certify final product. 7.2 Take delivery of the valves. a. Dismantle the valves completely for inspection by the ABS inspector. Machine the valve seat and disc; lap disc and seat as per Manufacturer's recommendations. Clean valves of any existing residues and oxidation deposits. Replace with new thermal discs where applicable. c. When directed by the Port Engineer and as approved by the ABS Surveyor, reassemble the valve, using new gaskets, packing and high temperature (heat treated) bolting. Lubricate components as required. d. Shop test with live Steam the safety valve at required lifting/blowdown setting and relative approved margins in the presence of the ABS Surveyor. Ensure proper lifting and blow down pressures and ABS acceptable reseating percentage. Prove valves do not leak by. e. Paint body external surfaces with silver high temperature paint to satisfy operating temperatures (max of 900 degrees Fahrenheit). f. Install a corro¬sion resistant nameplate securely attached thereto; this nameplate shall show the name and address of the repairing agency, date of repair, ABS Surveyor Inspector's initials. g. After satisfactory completion of shop test, Government will deliver valve to address below. Valve is to be properly crated. A copy of valve certification shall be contained in the crate. One copy of certification delivered to the following address: NATO POL pier Attention: Port services/MSC/Bauer Lungomare Caboto No 103 Marina Militare Servizi Portuali 04024 Gaeta, Italy 8.0 GENERAL REQUIREMENTS: 8.1 Notify Port Engineer at the following point of contact: Steve Bauer USS Mount Whitney Port Engineer Cell 011 39 335 186 2068 Work 011 39 0771 709 613 email: stephan.bauer@eu.navy.mil and stephan.bauer@lcc20.navy.mil when valves are received and when ready for return shipping. 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 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 15 JUL 2011 at 1200 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to comatrice.martin1@navy.mil or faxed via 757-443-5982 Attn: Comatrice Martin. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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. CONTRACTOR ACCESS TO MSC SHIPS 1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access. 2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form via e-mail from James Phillips at james.b.phillips2@navy.mil and Johnathan Overton at johnathan.overton.ctr@navy.mil. The completed form shall be returned via email to the same individuals. 3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security. 4. EPIC requests typically require five business days for clearance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0b39d05db8e933133465c98f8729bbb5)
- Record
- SN02497198-W 20110715/110713234818-0b39d05db8e933133465c98f8729bbb5 (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 |