SOLICITATION NOTICE
H -- Pressure Vessel Thread Inspection
- Notice Date
- 8/31/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N6258310T0442
- Response Due
- 9/10/2010
- Archive Date
- 9/25/2010
- Point of Contact
- Stella Rizalla 805-982-2156
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 using the Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS AND NECO (htt://www.neco.navy.mil). The RFQ number is N62583-10-T-0442. The solicitation document incorporates provisions and clauses in effect through FAC 2005-35 and DFARS Change Notice 20090715. It is the responsibility of the contract to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfar/index.htm. The NAICS code is 811310 and the Small Business Standard is 6.5 million. The proposed contract is 100% set aside for small business concerns. The Specialty Center Acquisition NAVFAC, Port Hueneme requests from qualified sources capable of providing: 24 ¯ Pressure Vessel Thread Inspection Introduction NAVFAC ESC has a 15,900-psi hydrostatic pressure vessel that is used to simulate deep ocean environments for the purpose of testing equipment. This pressure vessel is sealed on one end by a retaining ring utilizing interrupted, round root, push buttress threads “ 2A/B. The run of the threads in the vessel is 18-inches with the first thread at the top surface of the cylinder shell and are pitched at 1-1/2 threads/inch. The external threads are also interrupted and run 18-inches on the retaining ring. The threads were visually inspected by a metallurgist and passed both dye-penetrant and magnetic particle non-destructive tests. These inspections did not find flaws or anomalies. This contract is to provide objective thread dimensional measurements to form a baseline of the thread dimensions, and the tools provided in this contract will be used for future measurements to document wear. Scope Recently the pressure vessel has undergone extensive recertification inspections and still outstanding in this inspection process is the measurement of the push buttress thread. Complete and thorough measurement of the internal and external thread in accordance with ASME B1.9 is required. This inspection includes at a minimum: —¸Pitch and functional diameters measurement of both the internal and external thread. —¸Run-out and concentricity measurements. —¸Precise calculation of shear area of both the retaining ring thread and the shell thread. —¸Castings are to be made and inspected on an optical comparator. —¸Defect location, quantity, and severity given in quantitative measurement and description. —¸The amount of repair or plating if required for the thread to meet the required geometry for the intended service. The pressure vessel is located at Naval Facilities Engineering Service Center (Building 1100) in Port Hueneme, California where the inspection will take place. Any equipment used to measure the thread including the gage instruments will become government property. Any outside equipment such as an optical comparator will not become government property. Design Specifications The design specification on the internal thread is as follows: 28-1.5, round root, push buttress -2B, 70 pressure flank, 450 clearance flank, 27.6 basic pitch diameter, 00 lead angle. Major Diameter: 28.164 ¯ Max, 28.084 ¯ Min. Minor Diameter: 27.225 ¯ Max, 27.200 ¯ Min. Pitch Diameter: 27.625 ¯ Max, 27.600 ¯ Min. The design specification on the external thread is as follows: 28-1.5, round root, push buttress -2B, 70 pressure flank, 450 clearance flank, 27.584 basic pitch diameter, 00 lead angle. Major Diameter: 27.984 ¯ Max, 27.959 ¯ Min. Minor Diameter: 27.100 ¯ Max, 27.020 ¯ Min. Pitch Diameter: 27.584 ¯ Max, 27.559 ¯ Min. Qualifications The inspector shall have at a minimum of 10 years of qualifying experience in the thread measurement industry, and hold a current state issued professional engineering certification. Must be current in understanding of ASME B1.9 and familiar with the principles it describes. The inspector shall be certified to inspect and assess the above mentioned thread form. Deliverables The deliverable will be: 1. Pitch and functional gage equipment including standards that are used to measure the threads. 2. Operator ™s manual for use of all government property furnished under this contract. 3. A report which has the following information written with clear concise terminology: —¸Pitch and functional diameters measurements of both the internal and external thread. —¸Run-out and concentricity measurements. —¸Precise calculation of shear area of both the retaining ring thread and the shell thread. —¸Determination of the inspection from castings inspected on an optical comparator. —¸Defect location, quantity, and severity given in quantitative measurement and description. —¸The amount of rework, if required, for the thread to meet the required geometry for the service intended. —¸Relationship of the acquired data to the allowances in ASME B1.9. Time and cost estimate to produce a thread repair plan, in the event the threads require rework now or in the future. The repair plan package is expected to include detailed procedures and drawings that would be needed to initiate and complete the required repair work. The cost to perform the thread repair is not to be included. The report shall be in the form of four (4) hardcopies and four copies on compact disc. These shall be delivered to the primary point of contact within 60 calendar days after of contract award in draft form. An acceptance period of 30 calendar days will be used for government review. Any changes requested by the government will be incorporated into the final report. The same number of the final report will be delivered within seven calendar days of the return of the government comments. Government Points of Contact The following personnel are the points of contact for this project, and shall coordinate the task and serve as the contractor ™s sponsor for the project: POCNamePhoneEmail PrimaryDennis How805/982-6086dennis.how@navy.mil AlternateFernando Ruiz805/982-2054fernando.ruiz1@navy.mil The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors “ Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications “ Commercial Items 52.212-4 Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items, and citing: 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.225-13 and 52.232-22: DFARS 252.212-7000, Offeror Representation and Certification “ Commercial Items; DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Order s Applicable to Defense Acquisitions of Commercial Items, 252.204-7004 Central Contractor Registration: 252.212.7001 Contract Terms and Conditions Required to Implement Statues Applicable to Defense Acquisition of Commercial Items, and Citing; 252.225-7001 and 252.232-7003. FAR 52.212-2 Evaluation “ Commercial Items is applicable to the procurement. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors “ a combination of price, a determination of responsibility; technically acceptable low bids and past performance. For the technically acceptability factor quoters must submit resumes with quote. Quoters shall include past performance data as follows: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going that is similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contract for each contract listed. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. The government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov. All quotes shall include prices (s), a point of contact, name and phone number, GSA contract number if applicable, business size and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirement. The announcement will close at 3:00 pm PST on September 10 2010. Contact Stella Rizalla via email stella.rizalla@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Quotes will be accepted, via email, facsimile at 805-982-3015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258310T0442/listing.html)
- Place of Performance
- Address: 1100 23rd ave
- Zip Code: Bldg 1100, Port Hueneme, CA
- Zip Code: Bldg 1100, Port Hueneme, CA
- Record
- SN02261684-W 20100902/100831235414-43a21d0cd6d843ef9c0641fafe9f88c1 (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 |