SOLICITATION NOTICE
20 -- USNS Big Horn Turbocharger - Sole source
- Notice Date
- 1/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- 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
- N40442-10-T-7113
- Archive Date
- 2/11/2010
- Point of Contact
- Jessie Garcia, Phone: 757-443-5967
- E-Mail Address
-
jessie.garcia@navy.mil
(jessie.garcia@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole source 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 N40442-10-T-7113, 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 2005-29. NAICS 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable. Original Equipment Manufacturer (OEM) parts are required for this order. Any offer for other than OEM will not be considered. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA. intends to award a Sole Source firm fixed price purchase order to ABB Marine & Turbo Charger for the following services: The requested period of performance for the above service is 17 February, 2010 to 01 March, 2010. Location: USNS Big Horn (T-AO 198) Norfolk Naval Station Pier TBD Norfolk, VA 23513 Statement of Work: Provide labor/material of an ABB field service engineer to replace the bearings in the PME inboard turbo. 1.0ABSTRACT 1.1This work item describes the requirement to replace the bearings in the port main engine right bank (inboard) turbocharger. 2.0REFERENCE 2.1NAVSEA Technical Manual, Colt-Pielstick 10 Cylinder PC4.2V, 570 M, Propulsion Diesel Engine, T9233-AM-MMC-010, Volume I, Appendix C. 3.0ITEM LOCATION/QUANTITY/DESCRIPTION 3.1Location/Quantity 3.1.1Location: Engine Room - 25 Foot Level, 3-39-1/2 3.1.2Quantity: One (1) turbocharger assembly – PME right bank (inboard). 3.2Item Description/Manufacturer: 3.2.1Manufacturer: Brown-Boveri, Model VTR 454-11 Exhaust Gas Turbocharger. 3.3Contractor Furnished Material: DESCRIPTIONABB P/NQTY 3.3.1PUMP ASSEMBLY C/SV454-3600-LS1/LU01 Ea 3.3.2PUMP ASSEMBLY T/SV454-3900-TS1/TU01 Ea 3.3.3BEARING ASSEMBLY C/S V454-32100R-LA361 Ea 3.3.4BEARING ASSEMBLY TSV454-34100R-TA041 Ea 3.3.5GASKETHZTL441540P00012 Ea 4.0GOVERNMENT FURNISHED EQUIPMENT/SERVICES/MATERIAL: 4.1Government Furnished Equipment (GFE): None 4.2Government Furnished Material (GFM): None 4.3Government Furnished Services (GFS): None 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. 6.0QUALITY ASSURANCE REQUIREMENTS: 6.1All work shall be performed to the satisfaction of the Port Engineer, Chief Engineer and ABS Inspector. 6.2All work shall be accomplished under the direct supervision of a manufacturer’s authorized representative. 7.0STATEMENT OF WORK REQUIRED 7.1Coordinate with the Chief Engineer and ensure that the Port Main Engine has been tagged out of service and isolated from the Starting Air, Lube Oil Cooling, Jacket Water Cooling and Fuel Oil Delivery Systems. Upon completion of all work and prior to testing ensure that Ship’s Force removes the safety tags and aligns the engine support systems (i.e. Starting Air, Jacket Water, etc.) for normal engine operation. 7.2Disassemble the turbocharger in sufficient detail to permit removal of the oil pumps, bearings, bearing bushings, nozzle rings and cover rings. 7.3Clean the internals of the turbo charger casings (compressor side and turbine side) free of all oil, carbon, soot deposits and other contaminates. 7.4Complete reassembly of the turbocharger utilizing the CFM parts listed in paragraphs 3.3.1 through 3.3.12. 7.8Refill the turbocharger lube oil reservoir and charge the turbocharger lube oil lines with new ship’s force furnished lube oil. Prepare the turbocharger for operational testing. 7.9Inspection/Test 7.9.1Upon completion of servicing and bearing/oil pump renewals; the turbocharger shall be subjected to an operational test. Demonstrate that the turbocharger is free of oil, air and exhaust gas leaks. Demonstrate that the turbocharger is free of excessive vibration and conforms to the manufacturer’s specifications. 8.0GENERAL REQUIREMENTS: None Additional 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) 443-5979. 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 27 January, 2010 2008 @ 0900 A.M. Est.. Offers can be emailed to Jessie.garcia@navy.mil or faxed to 757-443-5982 Attn: Jessie.garcia. Reference the solicitation number on your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5361f0153080fce3f0da8dab7a313eda)
- Place of Performance
- Address: Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02050311-W 20100128/100126235111-5361f0153080fce3f0da8dab7a313eda (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 |