Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2020 SAM #6917
SOURCES SOUGHT

J -- Rebuild of Universal Boring Machine

Notice Date
11/4/2020 9:17:59 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904021R0008
 
Response Due
11/19/2020 7:00:00 AM
 
Archive Date
11/04/2021
 
Point of Contact
Tana L Anderson, Phone: 2079940448, Fax: 2074384193
 
E-Mail Address
tana.anderson@navy.mil
(tana.anderson@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE. This notice is released pursuant to FAR 15.201(e) Exchange with Industry. Portsmouth Naval Shipyard (PNS) is seeking to identify sources to accomplish a Firm Fixed Price contract for the rebuild of one (1) Universal Horizontal Boring Machine. The work will take place at the at the Contractor�s facility. The anticipated period of performance duration is twelve (12) months upon contract award. Interested sources will provide authorized personnel capable of performing the typical tasks as listed: Unless indicated otherwise the Contractor shall provide all equipment, tools, materials, parts, and other items and services necessary to perform the work specified herein and to return the machine to working order so that it performs as designed by the OEM. The Contractor shall perform the following work to the Universal Boring Machine: Remove the machine from its current location and ship it to the Contractor�s facility to perform the machine rebuild. Machine will have been electrically and pneumatically disconnected prior to Contractor�s arrival. Contractor shall completely disassemble, catalog and inspect the entire machine assembly and a report of machine condition will be created and forwarded to the POC. Parts that can be reused shall be cleaned, painted (as required for preservation) and reused. Parts that need replacement shall be ordered, or when necessary, reverse engineered, manufactured, and installed. Machine transmission is to be completely disassembled and all components evaluated. Any Component (other than gears) not meeting OEM requirements will be replace with equivalent or better than OEM quality. All transmission gears evaluated and believed to be in acceptable condition shall be cleaned and reused as appropriate. If any gears are found to need replacing, Contractor will supply a separate quote for replacement gears. All drive screws/nuts; racks/pinions and drive shafts will be removed and inspected. If parts are not up to OEM standards, components will be reground or replaced with equivalent or better than OEM quality. Cross rail and saddle ways will be evaluated at the inspection. The ways will be reworked to an accuracy of .0002� per foot with an accumulated error no greater than .0007� in each axis of travel. Repair method shall be noted on quote. All other ways, gibs, taper shoes and liners shall be ground, machined or hand scraped to return the machine to its original machine geometry. If a shoe or liner is damaged beyond repair, the Contractor shall replace it. All clamps and locks shall be completely rebuilt. All components found to be inadequate to be replaced with equivalent or better than OEM quality. All ways shall be scraped to restore machine geometry and achieve a minimum of 80% contact. All way wipers shall be replaced. The lubrication system shall be completely rebuilt. All lines, gages, seals, filters, directional valves, etc. shall be replaced with equivalent or better than OEM quality. The hydraulic system shall be completely rebuilt. All components found to be inadequate shall be replaced with equivalent or better than OEM quality. Headstock is to be completely disassembled and all components evaluated. Any component not meeting OEM requirements will be replaced with equivalent or better than OEM quality. Spindle taper will be ground to OEM specifications. Draw bar system to be completely rebuilt and brought back to OEM quality. All bushings, bearings, seals and worn couplings shall be replaced as required. All drive belts shall be replaced and re-tensioned. Pulleys shall be inspected and re-used unless damaged and not fit for use, in which case, pulleys shall be replaced with equivalent or better than OEM quality. Hand wheels, hand cranks, levers and handles shall be inspected for looseness with their shaft, work keys, cracks, breaks, distortion, damage, missing parts and other defects. Components shall be repaired or replaced as necessary. All dials, scales, data plates and other tags shall be cleaned and restored to readable conditions if possible. All guards and covers shall be cleaned, inspected and repaired as needed. All ram and counterweight components shall be inspected and repaired or replaced if necessary. The Contractor shall provide new internal electrical components for the existing panel, including main disconnect, fuses, terminal strips, motor starts, contactors, relays to meet current electrical standards of NFPA 70 and 79. All electric motors shall be rebuilt or replaced. All operator station buttons including the machine emergency stop shall be replaced. The digital readout and scales shall be cleaned, inspected and replaced if found to meet OEM requirements. Machine alignments shall be restored to OEM specifications. The Contractor shall assemble the machine in their facility to verify the alignment, accuracy and operation of the machine. The Contractor shall perform basic machining operations to demonstrate that all above mentioned machine characteristics and capabilities meet or exceed OEM specifications. The customer shall reserve the right to witness the rebuilt machine in operation at the Contractor�s facility. Upon delivery to Portsmouth Naval Shipyard, the Contractor shall unload and reinstall the machine. Upon completion of installation, the Contractor shall verify the alignment, accuracy and performance of the machine and perform basic machining operations to demonstrate that all above mentioned machine characteristics and capabilities meet or exceed OEM specifications. The NAICS code for this requirement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. This sources sought is a market research tool being utilized to determine potential and eligible firms capable of providing these services prior to determining the method of acquisition and issuance of Request for Quote (RFQ). Therefore, all interested parties are encouraged to respond. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only responders who meet the following criteria should respond to this sources sought notice: ����������� 1. Meet specifications outlined in the attached document ����������� 2. Has an active CAGE code with the SAM.gov ����������� 3. Does not appear on the Excluded Parties List Responses should include the following information: 1. Responder�s contact information including company name. P.O.C. name, telephone number, fax number, email address, street address, CAGE code, business size and TIN ����������� 2. Previous Contracts Performed for Similar Scope of Work Interested parties are requested to respond to this Sources Sought with a PDF Document Format. Responses shall be limited to ten (10) pages and submitted via email to the Contract Specialist, Tana Anderson at tana.anderson@navy.mil. Questions regarding this announcement shall be submitted in writing by email to Tana Anderson at tana.anderson@navy.mil, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the beta.sam.gov. The Government does not guarantee that questions received after November 19, 2020 @ 10:00 EST will be answered. Please email your responses to Tana Anderson at tana.anderson@navy.mil no later than November 19, 2020 @ 10:00 EST. This sources sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/06c81cfa6ab3498394bb25e7c16090d3/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05846342-F 20201106/201104230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.