Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 13,1998 PSA#2135

Department of Transportation, Maritime Administration, 7737 Hampton Boulevard, Bldg. 4d, Room 211, Norfolk, Va 23505

34 -- FOSTER WHEELER SOL DTMA92-98-R-00215 DUE 073198 POC Glen Spears, Contracting Officer, (757) 441-3245, FAX: (757) 441-6080 E-MAIL: glen.spears@marad.dot.gov, glen.spears@marad.dot.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation Number DTMA92-98-R-00215 is issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. This is a total small business set-aside under Standard Industrial Classification Code 3443; the size standard applicable is a maximum of 500 employees. Description of requirement follows. The headers to be repaired are presently located at the MARAD Warehouse, 1545 Crossways Boulevard, Suite G, Chesapeake, Virginia 23320-2842. Advance notice and scheduling for pick-up and return is mandatory and shall be made by contacting Mr. Donald Powell at (757) 441-6704/6308. These headers were originally manufactured by Foster Wheeler Corporation under the 1961 ASME Code and ABS Rules and were installed on the SS CAPE JUBY. They must be remanufactured/repaired to the standards of the O.E.M. There are two (2) superheater inlet headers made of 10-3/4" OD x 1-1/2" AW (1.312 MW) pipe (USCG 51 34-1 grade P106-B) Foster Wheeler Drawing D-604-629-F. There are also two (2) superheater first intermediate headers of the same material. All work to be accomplished under the supervision of a MARAD-furnished O.E.M. Service Engineer. Any drawings required to accomplish repairs as specified below will be obtained from the O.E.M. at the Contractor's expense. Upon completion of repairs and acceptance by the Government, the headers are to be re-delivered to the MARAD Warehouse. CONTRACTOR QUALIFICATIONS The Contractor shall hold a valid Certification of Authorization from the American Society of Mechanical Engineers or the National Board of Boiler and Pressure Vessel Inspectors to manufacture or repair Power Boilers, or the contractor shall have Authorization from ABS and USCG to conduct major weld repairs to Marine Propulsion Boilers. Bidders shall notify the MARAD Al if the validity of the Certified Letter of Authorization to be employed will expire during the repair period. Bidders shall provide a copy of this document in his/her bid. Bidders shall also provide recent proof that his/her Welders, Welding Operators, Welding Procedure Specifications, and Procedure Qualification Records are in accordance with the following standards: a. Code of Federal Regulations, 46 CFR, Parts 52 through 59. b. ASME Code, all applicable sections. c. American Bureau of Shipping Rules for Building and Classing Steel Vessels, applicable sections. d. National Board of Boiler and Pressure Vessel Inspectors, all applicable sections. The requirement of this specification is to obtain a fixed turnkey price for the complete refurbishment of the port and starboard boiler sets (four headers) of superheater headers. TRANSPORTATION. The contractor shallprovide round trip transportation of four (4) superheater headers to his/her repair facility. Transportation to commence and terminate at the MARAD Warehouse in Chesapeake, Virginia. Removal from the warehouse and redelivery will be the responsibility of the contractor. Loading and unloading onboard the transportation vehicle will be provided by the Government at the MARAD Warehouse only. Securing and releasing of the subject components at their points of origination and destination, and any other shipment charges will be the responsibility of the contractor. SCOPE OF WORK. 1. The contractor shall unload the superheater headers and accessories as they are received. 2. All tube stubs to be removed by proven techniques. Any damage caused by such removal shall be the responsibility or the contractor to repair at no cost to the Government. 3. All internal and external surfaces of the headers shall be shot blasted to a proven profile, equivalent to SA-2.5. All superheater header hand hold seat lands on the I.D.of the headers are to be protected from the blasting operations. Protection is the responsibility of the contractor. Any resulting damage is the responsibility of the designated contractor to properly repair. 4. All tube holes are to be prepared for non-destructive visual inspection. All exploratory grinding marks resulting from previous repairs or excavations are to be re moved and/or faired in. All tube holes are to be polished and sharp edges broken in all headers. 5. The superheater headers are to be prepared as noted above and presented to the MARAD Al, Regulatory Bodies, and a MARAD-furnished O.E.M. Service Engineer no later than ten (10) calendar days from the headers' arrival at the contractor's facility. The designated contractor shall develop a shop traveler document, and obtain required witness points from the Regulatory Bodies, O.E.M. Service Engineer, and the MARAD Al. The contractor shall also provide copies of the shop traveler document tot he regulatory bodies. The contractor shall give theMARAD Al, O.E.M. Service Engineer, and the ABS Surveyor sufficient advance notice with a 24-hour confirmation will be required. 6. All hand hole plate lands are to be thoroughly cleaned for non-destructive visual inspection/measurements. 7. All tube holes, tube ligaments, header hand hole plate lands, and hand hole ligaments as well as other suspect areas of the head base metal, girth welds, and nozzle penetrations are to be non-destructively tested and examined by an ABS-certified non-destructive testing company. The testing company shall issue a condition report no later than ten (10) calendar days from the headers' arrival at the contractor's facility, addressing the following: a. Results of PT and/or MPI of all tube holes, hand hole plate seating surfaces, base metal girth welds, all ligament surfaces (tube hole and hand hole) nozzle penetrations and suspect areas to be tested. A copy of the test report is to be provided to each inspector (three copies). b. I.D. measurement records (minimum of two (2) locations, 180 degrees apart) of all tube holes. The maximum tube hole size is to be verified by the O.E.M. Service Engineer. c. Measurements and records of the depths to which the halo (counter-bore) was machined of existing defects. d. Identify all defects in base metal which are to be repaired by the designated contractor. e. Radiographic Examination results as described in Item 001A for the two (2) inlet headers only. NOTE: The cost to prepare all surfaces and defects and indicators for NDT shall be borne by the contractor. 8. After all weld repairs and grinding are complete, all header hand hole seat landings are to be machined to O.E.M. standards and dimensions to remove all defects and discontinuities, such at pitting, weld spatter, burrs, or upsets. Provide pre-and post-machining thickness measurements on the major and minor axis. Hand hole seat landings that exceed O.E.M. dimensions and tolerances are to be weld built up and machined to O.E.M. standards. 9. The contractor is to supply all new hand holeplates, strong backs, and associated hardware of proper grade, accompanied by Mill Certificates and ABS approvals from the manufacturer. 10. The contractor shall price the cost for weld rebuilding and machining a total of one hundred and fifty (150) header tube holes and counterbores, twenty-five (25) hand hole landings, total to acceptable dimensions of the O.E.M., and fifty (50) tube hole ligaments, total including any grinding or machining (including serration rings), NDT testing, pre- and post-heat treatment, and other procedures or requirements to borne by the contractor. The MARAD Al and O.E.M. Service Engineer will be required to concur with the required repairs. All welding shall be finished and faced into existing surfaces. All weld reinforcement is to be faired in to existing surfaces prior to final NDT of all repairs. The contractor's work package shall be determined by the contractor's own inspection and that of the O.E.M. Service Engineer, ABS and or USCG. 11. Post-weld stress relieving of the headers may be necessary prior to return shipment due to the extent of welding that may be required. Any cost of stress relieving shall be the responsibility of the contractor. Stress relieving shall conform to the latest ASME requirements as approved by the regulatory bodies. 12. Exterior painting of the headers shall be accomplished using Federal Specification TTE-P-28, 12 degree F., heat-resistant aluminum paint. The contractor is to exercise care not to coat any interior surfaces. 13. The interior of the headers shall be coated with a light coat of machine oil for long/short-term storage. All debris, metal chips, and grinding shavings shall be removed from the headers prior to shipment. 14. All external attachment plates, supports, and/or mounting brackets shall be weld repaired or renewed to O.E.M. standards, as required, at the contractor's expense. Welding and grinding as well as fabrication and installation of the external attachment and mounting parts shall be included in the fixed price cost. 15. Allrequired forms and reports, particularly ABS Reports, concerning the repair of the headers will be provided to the MARAD Al, by the contractor, within two (2) working days before redelivery to the MARAD Warehouse. 16. All costs, expenses, administrative fees, and overtime of the regulatory body representatives are to be borne by the contractor. DELIVERY. The cable is to be delivered within 45 calendar days following receipt of order FOB at the MARAD Warehouse, 1545 Crossways Boulevard, Suite G, Chesapeake, Virginia 23320-2842. The provision at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, does not apply to this acquisition. Offers will be evaluated on the basis of price alone. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, shall be included with quotes (the provision may be obtained from the contracting officer). FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders- Commercial Items, applies to this acquisition; in addition, FAR 52.225-3, Buy American Act -- Supplies, applies to this acquisition. Offers are to be submitted to: Maritime Administration, South Atlantic Region Office; Attn: Glen Spears, Contracting Officer; 7737 Hampton Blvd.; Building 4D, Room 211; Norfolk, VA 23505. Offers are due by 1430 EDT, July 31, 1998. Offers may be faxed to (757) 441-6080. For more information regarding this acquisition, contact Glen Spears at (757) 441-3245. Posted 07/09/98. (0190)

Loren Data Corp. http://www.ld.com (SYN# 0314 19980713\34-0001.SOL)


34 - Metalworking Machinery Index Page