SPECIAL NOTICE
19 -- HPAC and Motor Replacement for USS JEFFERSON CITY
- Notice Date
- 8/13/2014
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC SSU GUAM, PSC 455, Box 198, APO AP GU, 96540-2600, United States
- ZIP Code
- 96540-2600
- Solicitation Number
- SOW4082
- Archive Date
- 9/2/2014
- Point of Contact
- M. Lourdes Leon Guerrero, Phone: 6713393046
- E-Mail Address
-
maria.leonguerrero1@fe.navy.mil
(maria.leonguerrero1@fe.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Military Sealift Command (MSC) Ship Support Guam intends to award a Sole Source, Firm-Fixed Price (FFP) contract with Dresser-Rand, 1675 Brandywine Avenue, Suite F, Chula Vista, CA 91911. This source possesses unique knowledge and capabilities required to perform this service. The contract's period of performance is 18AUG-22AUG2014. The estimated value of the contract is expected to be $121,507.00. The proposed contract action, for which the Government intends to solicit and negotiate with only one source under authority of FAR 13.106-1(b)(1)(i) and FAR 13.106-3(b)(3)(i), is for services required to provide High Pressure Air Compressor, and Motor Replacement for the USS JEFFERSON CITY. Contractor shall: a. HPAC Replacement. b. Provide the services of a qualified on-site representative to accomplish installation of HPAC and Motor in accordance with the requirements and Original Equipment Manufacturers (OEM) proprietary drawings and specifications. c. Submit one legible copy, in hard copy or electronic media, of a report listing components found to be beyond economic repair, resulting from the requirements to the USS JEFFERSON CITY Ship's Engineer and the Ship Superintendent prior to contract end date. d. Accomplish tightness verification of HPAC crankshaft coupling nut. e. Accomplish the requirements in accordance with the requirements of the OEM proprietary drawings and specifications. f. Accomplish a post repair operational test of the equipment listed for a period of 4 hours or for 1 hour after temperatures stabilize, in accordance with the requirements of the OEM proprietary drawings and specifications. g. Inspect for air and fluid leaks. Allowable leakage: None. h. Submit one legible copy in electronic media, of a report detailing the completed results to the USS JEFFERSON CITY Ship's Engineer and the Ship Superintendent. i. Generate a WAF and have the properly completed WAF in hand when reporting to start work. Act as Repair Activity (RA) Representative for WAF and tag-out actions. Site rep, will obtain a copy of the open WAF from ship's force prior to starting any work. j. Will be responsible for performing the assigned work in accordance with OEM standards using properly cleared and qualified personnel. This notice of intent is not a request for competitive proposals; however interested parties may identify their interest and capability to respond to the requirement. Respondents must provide level of effort and dollar estimates to acquire a full understanding of the design of the equipment. As part of the written response, a respondent must be able to prove to the Government how field problems can be identified and corrected without the aid of detailed design drawings. Oral communications are not acceptable in response to this notice. A written response must include evidence of the respondents' ability to support the described equipment. Unit location and period of performance is subject to change. Contractor shall verify with USS JEFFERSON CITY 3MC, SDO, or Ship Superintendent prior to start of work. Interested parties with the capability of meeting the proposed requirements are requested to provide an E-mail to the MSC Point of Contact: M. Lourdes Leon Guerrero at email: maria.leonguerrero1@fe.navy.mil) not later than 1400 (2:00 p.m. EST) 18 AUG 2014 expressing interest and outlining their capabilities and qualifications to perform the effort. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Contracting Office Address: Military Sealift Command Ship Support Unit Guam PSC 455, Box 198 FPO, AP 96540-2600 Contracting Officer: M. Lourdes Leon Guerrero at email: maria.leonguerrero1@fe.navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/Building6060/SOW4082/listing.html)
- Place of Performance
- Address: Santa Rita, Guam, 96913, United States
- Zip Code: 96913
- Zip Code: 96913
- Record
- SN03463006-W 20140815/140813235240-e28e2ed0dbdd8a1a5d2a27c467b3ce66 (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 |