SOLICITATION NOTICE
20 -- Turbo Charger 6K Maintenance - Package #1
- Notice Date
- 1/3/2011
- 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-7202
- Archive Date
- 1/22/2011
- Point of Contact
- Efrem Antoine Mason, Phone: 757443-5958
- E-Mail Address
-
efrem.mason@navy.mil
(efrem.mason@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- FME J&A 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-7202 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 to Fairbanks Morse Engine for USNS AMELIA EARHART for the following services: The requested period of performance for the above service is 31 March 2011 - 11 May 2011, Location is Santa Rita, Guam 1.0 ABSTRACT 1.1 This item provides a qualified and approved OEM to perform required 6000 hr Turbo Charger Maintenance on the Nos. 3 and 4 Main Diesel Engine Turbo Chargers. 2.0 REFERENCES/ENCLOSURES: 2.1 References: 2.1.1 None 3.0 ITEM LOCATION AND DESCRIPTION 3.1 Locations/Quantity 3.1.1 Quantity: Main Machinery Room 5-66-0 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES: None 5.0 NOTES 5.1 Fax/Email Ship access requests on company letterhead to Nikia Rorie, Ph: (757) 443-0932; Fax: (757) 443-1494. (nikia.rorie.ctr@navy.mil) and Principal Port Engineer (Scott Alvey, email scott.alvey@navy.mil, Phone 757-380-4539). 5.1.1 The following information is required: 5.1.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.1.1.2 Non-U.S. Citizen Contractors: Full Name; Date Of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.2 Email BASE access requests to Norma Pilman of SSU GUAM. (Norma.Pilman@fe.navy.mil), Office 671-339-5341. 5.2.1 The following information is required: 5.2.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.2.1.2 Non-US Citizen Contractors: Full Name; Date Of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.3 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area with out proper authorization. 5.4 THE USNS Amelia Earhart ELECTRICAL COLOR CODING DOES NOT FOLLOW CONSISTENT COLOR SCHEME. THE SHIP IS KNOWN TO HAVE CURRENT CARRYING CONDUCTORS COLORED GREEN, BLUE, BLACK AND WHITE. THE CONTRACTOR SHALL ASSUME ALL ELECTRICAL CABLES ARE HOT UNTIL TESTED OTHERWISE. THE CONTRACTOR SHALL TEST ALL ELECTRICAL CABLES TO ENSURE THEY ARE DEAD PRIOR TO WORKING ON THE ITEM. 5.5 All shipboard lockout tag out procedures shall be followed by the contractor. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional 7.0 STATEMENT OF WORK 7.1 Provide the service of at least one (1) Authorized FME OEM reps. The OEM Rep shall be a Sr. Service Tech Rep Experience with MAN B&W 48/68 engines and the T-AKE Class. 7.2 Tech Rep will inspect and certify the turbo charger found in MDG's 3 and 4 in accordance with the 6k hour Maintenance overhaul. 7.2.1 Dismantle of the air side of turbocharger: remove filter-silencer, insert peace, compressor wheel, labyrinth ring, locating ring and ring nut, thrust bearing and thrust ring. 7.2.2 Perform visual inspections and documenting all relevant dimensions. 7.2.3 Clean and inspect parts onboard. 7.2.4 Assemble turbocharger with new or re-refurbished parts. 7.2.5 Witness operational test. 7.3 Ship's force and/or Shipyard personnel will assist OEM Rep. 7.4 All maintenance shall be performed in accordance with OEM recommended practices and procedures. 7.5 Contractor shall provide all necessary tools and equipment. 7.6 All work to be done to the satisfaction of the Chief Engineer. 8.0 GENERAL REQUIREMENTS: 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 7 January 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Efrem.Mason@navy.mil or faxed via 757-443-5958 Attn: Efrem Mason. 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-7202/listing.html)
- Place of Performance
- Address: Santa Rita, San Rita, Guam, United States
- Record
- SN02353390-W 20110105/110103234131-710be51453e1613e3eeaeec90c12d151 (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 |