SOLICITATION NOTICE
20 -- MAN Diesel Cylinder Head Overhaul
- Notice Date
- 1/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-T-7266
- Archive Date
- 2/7/2012
- 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
- Total Small Business
- 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 N40442-12-T-7266, 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 2005-54, effective December 2, 2011. NAICS code 333618 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Mercy for the following services: The requested period of performance for the below service is 20 February-5 March 2012. 1.0 ABSTRACT 1.1 This item describes the requirement to overhaul twelve (12) cylinder heads and twelve (12) cylinder liners. 2.0 REFERENCES/ENCLOSURES: Available upon request onboard the ship 2.1 References: 2.1.1 MAN Operating and Repair Manual for Diesel Engines Type V25/30; D365615-E. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Auxiliary Machinery Room, 5-84-0 3.1.2 One (1) ADG Engine 3.2 Item Description/Manufacturer's Data: 3.2.1 MAN Diesel (formerly known MAN B&W) Model: 12ASV 25/30 S/Ns: 1045-137 Rated Power: 2021 EkW @ 900 rpm. MAN NR 26/98 Twin Turbocharger with Charge Air Cooler Fuel: DFM/MGO 3.2.2 Cylinder head w/inlet and exhaust valve, complete 055.02. K 3.2.3 Cylinder Liner 050.01.001 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Government Furnished Materiel (GFM): None 5.0 NOTES: 5.1 The 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. 5.2 The 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. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 Contractor shall strictly follow the instructions described in the Work Cards in MAN Operating and Repair Manual for Diesel Engines Type V25/30; D365615-E and execute all recommendations described in technical/service bulletins issued for these engines. 7.0 STATEMENT OF WORK REQUIRED 7.1 The contractor shall provide all labor, materials, tools, and equipment required to accomplish this work item. 7.2 Completely disassemble, clean and inspect each component. 7.3 Contractor shall provide a Condition Found Report to the MSCREP for all material that requires repair, replacement or that may not perform to design specifications. List parts required to be replaced with the P/Ns. 7.4 MSCREP shall provide a contract modification to authorize additional repairs or replacements. No additional equipment or material not contained in this statement of work shall be installed, replaced or repaired without the express approval of the MSCREP. 7.5 Submit MSCREP a detailed service report including all "as found" conditions, readings and digital pictures. 7.6 Follow the instructions described in the work cards identified in the Operation Manual referenced in paragraph 2.1 and completely overhaul and test each component. Reassemble each component. Overhaul shall include but not limited to the following: Cylinder Heads: Dismantle, clean, inspect, and hydro test to 10 Bars, lap landing surfaces, tap all threads and paint. Inlet and Exhaust Valves: Clean, sandblast and inspect. Clean, measure and ground valve seats to OEM specifications. Rocker Arms: Dismantle, clean and inspect. Air Starting Valves and Safety Valves: Dismantle and inspect. Cylinder Liners: high pressure wash, remove rust by wire wheel, measure and set for honing, hone according to OEM specifications, clean and preserve in the running surfaces. Skim cut upper and lower landing surfaces. Take final set of measurements. NDT by means of dye penetrant method. 7.7 Upon completion of shop overhauls apply preservative on each component for long term storage. Wrap each component with preservative applied paper and seal each component with shrink wrap. 7.8 Fabricate wooded boxes to safely store cylinder heads, cylinder liners. Two (2) heads shall be in one box and all liners shall be in one separate box. Stencil each box with contents. 7.9 Mark and ship boxes to the following address: MSC BATS 9284 Balboa Ave. San Diego, CA 92123 POC: Larry Jackson Tel: 619-553-6053 M/F: USNS MERCY Mark Stoegbauer Port Engineer 7.10 Reports / Documentation 7.10.1 Submit MSCREP a detailed service report including all "as released" conditions, readings and digital pictures. 7.10.2 Copy of the report belongs to a specific component shall accompany the equipment in the shrink wrap. 8.0 GENERAL REQUIREMENTS: 8.1 ABS services will be provided by the government for witnessing overhauls and tests of the components in contractor's facility and onboard the ship during engine disassembly, reassembly and tests/dock trials. Contractor shall make advance scheduling with ABS for surveyor attendance requirements and give 48 hours notice for the scheduled check point. 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 (over 25k) 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies) 52.215-5 Facsimile Proposals: (757) 443-5982 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 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 23 January 2012 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. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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. SHIP & BASE ACCESS Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form". Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-7266/listing.html)
- Record
- SN02657394-W 20120121/120119234603-6dd9a9217045bfa140acb21158f0d075 (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 |