Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2008 FBO #2441
SOLICITATION NOTICE

20 -- SERVICES TO CRPP FOR USNS YUKON

Notice Date
7/31/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-08-T-5374
 
Archive Date
8/20/2008
 
Point of Contact
Arlene Constantine,, Phone: 757 417 4584, DIANE C KRUEGER,, Phone: 757-417-4602
 
E-Mail Address
arlene.constantine@navy.mil, diane.krueger@navy.mil
 
Small Business Set-Aside
N/A
 
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 N40442-08-T-5363, 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 2005-24. NAICS 541330 applies. The Small Business Competitiveness Demonstration Program is not applicable. 1.0ABSTRACT 1.1This item describes the requirement to detach, port and starboard Controllable Reversible Pitch Propeller (CRPP) blades, replace blade seals, accomplish CRPP blade maintenance and reinstall blades. 2.0REFERENCES/ENCLOSURES 2.1References 2.1.1NAVSEA Technical Manual No. T9245-AE-MMC-010, “Controllable Reversible Pitch Propeller” (available on board the vessel) 2.2Enclosures 2.2.1Propeller Inspection: Visual 2.2.2Navy Standard Fouling Ratings 2.2.3Cleaning/Polishing Marks Diagram 2.2.4Propeller Inspection; Surface Roughness (Before/After Polishing) 2.2.5Polished Propeller, Surface Roughness Requirements Diagram 3.0ITEM LOCATION/DESCRIPTION 3.1Location/quantity 3.1.1Location: Aft of port and starboard shaft struts in the vicinity of frame 131 3.1.2Quantity: Two four bladed CRP propeller assemblies. 3.2Item Description/Manufacturer’s Data: 3.2.1Description: Four bladed Hydraulically controlled, variable/reversible pitch propellers (one right hand rotating and one and left hand rotating). 3.2.2Manufacturer’s Data: Manufacturer: Bird-Johnson Co. Walpole, Ma. Propeller Diameter: 21 ft Number of Blades: 4 Blade Material: Nickel-Aluminum-Bronze (ABS Type 4) Blade Area (Expanded area of 1 blade): 38.907 sq. ft Pitch: Max ahead - 30 ft, Design (100%) ahead - 27.9 ft, Max astern - 24.4 ft Weight Of One Blade: 6,811 lb. Hub Diameter: 60-13/16 in Hub Weight: 29,500 lb. Weight Of One Assembly (Hub & Blades): 59,319 lb. 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES 4.1Government Furnished Equipment (GFE) 4.1.1Hub lifting brackets (left and right hand) 4.1.2Propeller blade Fixtures (Left and right hand) 4.1.3Special hub tools 4.2Government Furnished Material (GFM) 4.2.1One overhaul kit (seals, gaskets, and hardware) for each CRP propeller assembly. 4.2.4Replacement hydraulic oil (Shell Turbo T-68) 4.3Government Furnished Services (GFS) 4.3.1One Bird-Johnson Field Service Engineer per shift 5.0NOTES 5.1The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR’s. 5.2The contractor and all subcontractors, regardless of tier are advised to review other work items under this contract to determine their effect on the work required under this work item. Many of the definitions relating to performance of this work item are found in Work Item 001. 5.3Coordinate the performance of this item with Work items 903, 904 and 905. Note that blasting and painting is not permitted while propeller shafting, hubs and stern tube seal components are exposed. 6.0QUALITY ASSURANCES: None additional 7.0STATEMENT OF WORK REQUIRED 7.1Arrangements/Outfitting 7.1.1Obtain propeller blade lifting tools from ship's force. Tools are located in the upper engine room (40 Ft. flat), port side. Inventory the tools. Inspect the tools for serviceability. Clean the tools free of corrosion and prepare the lifting tools for service. Provide the Port Engineer with a report describing any tool deficiencies/shortages. Upon completion of CRPP blade work clean the tools, return them to the engine room and stow the tools. 7.1.2Inspect Propeller/shafting lifting arrangements (i.e. padeyes and thru-hull cable passes) permanently installed on and in the underside of the stern counter for serviceability. 7.1.3Inspect the hubs for external oil leaks immediately after the dock is high and dry. Wipe down hubs in way of inspection. Mark all leaks. Upon completion of the external leak check and when directed by the Port Engineer, utilize the procedure outlined in paragraph 6-14 of reference 2.1 and drain down port and starboard CRPP system oil. Drain the majority of each CRPP system's oil into its respective sump tank and hold for re-use. The remaining system oil that exceeds the capacity of the sump tanks (approximately 560 gal. for port and starboard systems) shall be disposed of as waste oil. Note that oil will have to be pumped out of the system head tanks and the hubs with a portable pump during the drainage process. In way of draining the system, drain all possible oil into the sump tanks (approximately 900 gal. per sump tank) Coordinate removal of CRPP system oil with the Chief Engineer. 7.1.4Cover and protect the exposed propeller hubs with plastic sheeting secured by tape at all times that the blades are not actually being removed and reinstalled. Note that abrasive blasting and painting of the underwater body and freeboard are not permitted while propeller blades are being removed or reinstalled or at any time that the propeller hubs are exposed. Take extreme care not to contaminate the propeller hubs or the shaft tube oil seal areas from contamination by dust, abrasive blast media, or paint while the ship is on the dock. Remove protective covering just prior to undocking 7.2Structural: None 7.3Mechanical/Fluid 7.3.1Obtain a sample of the residual oil in each propeller hub. Submit the oil samples to a qualified oil-testing laboratory for spectrographic analysis and particle count. Provide the Port Engineer with a report from the testing laboratory describing the results of the oil analysis. Detach the propeller blades from the hubs utilizing the blade lifting tool and the procedure provided by paragraph 6-19 of the Tech Manual (Ref 2.1.1). Tag each blade as to propeller hub and hub position. Tag each blade bolt as to hub, blade and blade position. Place each bolt in a lathe and measure the run out at the bolt shank and shoulder. Perform a dye penetrant exam of each blade bolt. Provide the Port Engineer with a report describing the run out readings obtained and the results of the dye penetrant exam. Hold bolts for reinstallation. Transport the propeller blades from the dock to a qualified propeller service company. Cover and protect the propeller hubs from contamination while blades are removed. 7.3.2Lay the propeller blades out on plywood, at the propeller service facility, to prevent scratching or damage. Buff the blades clear of fouling to clean bright metal. Perform a dye penetrant examination of each blade. Prepare the blades for inspection by the Port Engineer and the ABS Surveyor. Provide a report that describes the as found condition of the propeller blades. Repair all nicks burrs and other imperfections of less than two inches in length found on the propeller blades. Polish the forward and after faces of the blade tips between the 0.7 radius and the 1.0 radius and the leading edge of the blade to the equivalent of a Rupert “A” finish. Polish the remaining surface area of the blades to the equivalent of a Rupert “B” finish. Note that an “A” finish is a roughness average (Ra) of 26 micro inch and a “B” finish is a roughness average (Ra) of 76.8 micro inch. 7.3.3Utilize Enclosures 2.2.1 through 2.2.5 to document the pre and post polishing condition of the propeller blades 7.3.3Lightly machine the base of the propeller flanges and steps in order to clean up marks and up sets. Take care to remove an absolute minimum amount of material. The Bird Johnson Tech Rep must be present during the machining process. Upon completion of blade polishing and repair, cover and the blades with plastic sheeting. Store the blades in the shop until work items 911 and 912 have progressed to the point that the blades can be reinstalled. 7.3.4Transport the CRPP blades from shop to the dock. Reinstall the propeller blades. In way of blade installation, install new GFM blade seals and O-rings. Obtain proper bolt installation torque and to insure that the correct amount of bolt “stretch” has been obtained. Take the final bolt torque and bolt stretch readings in the presence of the Port Engineer. Take and record the bolt installation data that is identified on page 6-13 of reference 2.1. 7.3.5Upon completion of Blade/hub associated work, provide a portable pump, a 0 to 100 psi pressure gauge, two 1/2 inch stop valves threaded to fit the hub aperture, a 10micron filter set and sufficient 100 psi rated hose and fittings to refill and test the reinstalled CRPP propeller assemblies for leaks. Refill the hubs with GFM oil and perform a pressure test of the blade seals. The test pressure shall be 55 psi. Utilize the procedure provided by paragraph 6-15 of reference 2.1 to refill the hubs and test the blade seals for leaks. No leakage is permitted. Perform the leak test in the presence of the Chief Engineer and the Port Engineer. Upon successful completion of the leak test remove the test equipment and return the CRPP system to its normal configuration. Reinstall the LP check valve in its normal orientation. Remove the blank from the head tank piping and reinstall the orifice plate. Leave port and starboard propeller assemblies ready for operation. 7.4Electrical: None additional 7.5Electronics: None additional 7.6Preparation Of Drawings: None additional 7.7Inspection/Test 7.7.1Upon completion of CRPP propeller work and other CRPP related work; test the system in accordance with the requirements of paragraphs 4-22 and 4-30 of reference 2.1. Perform all testing in the presence of the Chief Engineer and the Port Engineer. Upon successful completion of testing, align the port and starboard systems for normal service. Provide a comprehensive report to the Port Engineer describing the results of the system tests and all readings/measurements taken during testing. 7.8Painting 7.8.1Clean, prime and paint disturbed surfaces to match the surroundings. Disturbed hull surfaces shall be prepared, primed, and coated in accordance with the requirements of Work Item No.: 902, Underwater Hull Preservation. 7.9Marking: None 7.10Manufacturer’s Representative 7.10.1The Government shall provide the services of a Bird-Johnson Company Field Service Engineer. The Field Service Engineer shall provide technical supervision and guidance during all phases of the disassembly, inspection, repair, reassembly and testing of the CRPP propeller systems. 7.10.2All work contained in this work item shall be accomplished in the presence of the Field Service Engineer. 8.0GENERAL REQUIREMENTS: None additional. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA and meals. The GSA per diem rate for (insert city,state) is $__________. Other (identify): $__________. LABOR RATES per labor category Insert labor category: Number of hours _____ times hourly labor rate $_____ times number of personnel __________ = __________. Contractor shall submit their published hourly/daily labor rates with their quote. MATERIAL Provide list of materials, with respective pricing, to be used in the performance of this service order. OTHER Provide any other costs associated with performing this service order not identified above. 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); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. 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 Rerepresentation, 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, 52.222-50 Combating Trafficking in Persons 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. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4607. The following numbered notes apply to this requirement: 22.. 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 05 August 2008 11:00 A.M. Offers can be emailed to arlene.constantine@navy.mil or faxed to 757-417-4607 Attn: Arlene Constantine. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd9b6bbedf3a97e9f0b61b0ba47bcc25&tab=core&_cview=1)
 
Place of Performance
Address: Cascade Shipyard, Portland, Oregon, 97217, United States
Zip Code: 97217
 
Record
SN01628107-W 20080802/080731223520-fd9b6bbedf3a97e9f0b61b0ba47bcc25 (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.