Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2010 FBO #3316
SOLICITATION NOTICE

20 -- Pielstick DSL Engine Repairs

Notice Date
12/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-11-T-7193
 
Archive Date
1/11/2011
 
Point of Contact
Roy J. Williams, Phone: 757-443-5960
 
E-Mail Address
roy.williams@navy.mil
(roy.williams@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 N40442-11-T-7193, 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 2005-46, effective 29 OCT 2010. NAICS code 333618 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS Laramie to Motor Services Hugo Stamp or Fairbanks Morse Engine as the only OEM authorized repair facilities for the following services: The requested period of performance for the below service is 7 February 2011- 3 April 2011. 1.0 ABSTRACT 1.1 Provide the services of a Colt-Pielstick / Fairbanks Morse authorized field service technician to supervise the overhaul of the Port and Starboard main propulsion diesel engines, replace the main engine intercoolers on both Port and Starboard main propulsion diesel and adjust the load distribution of the Port and Starboard engines. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Tech. Manual No. T9233-AM-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures. (available aboard vessel) 2.2 Enclosures: None. 3.0 ITEM LOCATION/DESCRIPTION/QUANTITY 3.1 Location/Quantity: 3.1.1 Location: Engine Room, 4-60-0. 3.1.2 Quantity: Two (2) main propulsion diesel engines to be dealt with. 3.2 Description/Manufacturer's Data: 3.2.1 Description: Colt-Pielstick 10 Cylinder Model: PC 4.2V 570 3.2.2 Manuf. Data: Colt Industries Fairbanks Morse Engine Division Beloit, Wisconsin 53511 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 None. 5.0 NOTES 5.1 Location: North Charleston, SC. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work performed shall be to the satisfaction of the Chief Engineer. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the services of a Colt-Pielstick / Fairbanks Morse authorized field service technician to supervise the overhaul of the Port and Starboard main propulsion diesel engines, replace the main engine intercoolers on both Port and Starboard main propulsion diesel and adjust the load distribution of the Port and Starboard engines. 7.1.1 Six (6) each cylinder heads and liners are to be removed for overhaul. 7.1.2 Ten (10) each fuel injector pumps removed and replace with new. 7.2 All dirt and debris resulting from this work item shall be removed from the ship daily and all areas left clean and in good order. 7.3 Upon completion of overhaul, conduct main engine break in during sea-trial. 7.4 Preparation of Drawings: None. 8.0 GENERAL REQUIREMENTS 8.1 None additional. The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post-Award Small Business Program Representation. 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 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. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 27 December 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7193/listing.html)
 
Record
SN02348705-W 20101223/101221234547-798b942d57d70f1b913463a3a99926d3 (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.