Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2012 FBO #3726
SOLICITATION NOTICE

20 -- Overhaul Two (2) Ship’s Service Diesel Generator Engine (SSDG) Exhaust Gas Turbochargers

Notice Date
2/4/2012
 
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 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7283
 
Archive Date
2/25/2012
 
Point of Contact
Tommy A. Hale, Phone: 7574435880
 
E-Mail Address
tommy.a.hale@navy.mil
(tommy.a.hale@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 N40442-12-T-7283, 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 2005-53, effective 5 JULY 2011. NAICS code 333618 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source Firm Fixed price purchase order to ABB INC for USNS BRIDGE for the following services: 1.0 ABSTRACT 1.1 This item describes the requirement to overhaul Two (2) Ship's Service Diesel Generator Engine (SSDG) Exhaust Gas Turbochargers. 2.0 REFERENCES 2.1 ZTL1206, ABB, Model VTC 254-13 Gas Turbochargers Technical Manual 2.2 Caterpillar Hand Book 2003 SENR3600-02, Caterpillar Inc., Disassembly & Assembly, 3606 & 3608 Engines 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Qty: Two (2) Ea, Turbochargers will be shipped to the contractors facility. 3.2 Manufacturer: Asea Brown-Boveri (ABB) Model: VTR 254 14 Series. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 5.0 NOTES 5.1 Performance Location: Turbochargers will be shipped to the Contractor Facility 5.2 Performance Period: July 1-15, 2012 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional 7.0 STATEMENT OF WORK: 7.1 Ships Force will transport turbochargers and associated components to contractor's repair facility. 7.2 Accomplish a Class-B overhaul to Turbocharger listed in section 3.0, in accordance with OEM procedures and recommendations, using references listed in section 2.0 as guidance (contractor shall have their own copy of tech manual). Restore Turbocharger to full OEM factory specifications. 7.2.1 (Checkpoint): Disassemble, clean, and lay-out for inspection Turbocharger parts and components. MSCREP shall inspect. Submit "as-found" condition report. 7.2.2 (Checkpoint): Spin balance and align rotors. MSCREP shall witness. Submit condition report to MSCREP. 7.2.2.1 NOTE: Checkpoints above shall be provided 48 HOURS in advance of scheduled inspection dates. 7.2.3 Additional repairs and parts renewals outside of Class-B overhaul will be the subject of a separate change order. 7.2.4 Reassemble Turbochargers upon completion of all repairs, inspections, and testing. 7.2.5 Contractor shall prepare, package, crate or palletize turbocharger and components to protect each unit prior to shipment/transport back to MSFSC facility. 7.2.6 Submit "as-released" report to MSCREP detailing all repairs and testing completed to the Turbocharger. 7.3 Transport turbochargers and their associated components from the Contractor's facility to: MSC BATS WAREHOUSE 9284 BALBOA AVE SAN DIEGO, CA 92123 (619) 553-6053 POC: BATS SITE MANAGER NAM BLAKE AOE GFM: Mr. DALE ROESEL Mark for: USNS BRIDGE (T AOE-10) 7.4 Manufacturer's Representative and Facility: 7.4.1 The equipment addressed in this Statement of Work (SOW) is categorized as critical equipment in accordance with MSC policy on the classification of critical shipboard systems and equipment. Only Original Equipment Manufacturer (OEM) authorized technical field service representatives and OEM parts shall be used to accomplish the requirements of this SOW for this critical equipment including oversight and guidance on all aspects of equipment as-found condition inspection, removal, disassembly, reassembly, repairs, modifications, reinstallation and testing as applicable. 7.4.2 An OEM authorized technical field service representative is defined as either a direct employee of the OEM, or an employee of a company which has a current written agreement with the OEM to provide service and repair for that equipment. The OEM authorized technical field service representative shall have full access to the OEM drawings, technical service bulletins, special tools and OEM replacement parts. The OEM authorized technical field service representative shall provide documentation from the OEM authorizing the company to perform maintenance and repair on their behalf. 7.4.3 The OEM authorized technical field service representative to support this work item is ABB Turbocharger Company. The identification of an OEM authorized technical field service representative herein is provided for reference and informational purposes only and does not constitute or imply an endorsement, recommendation, or favoring by the United States Government. AUTHORIZED ABB SERVICE REPRESENTATIVES Richard Nepaul 23831 South Banning Blvd Carson, CA 90745 Ray Robinson 1640-B Marine View Drive Tacoma, WA 98422 8.0 GENERAL REQUIREMENTS: 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 52.209-6 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 52.215-5 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 252.225-7000 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 10 February 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to tommy.a.hale@navy.mil or faxed via 757-443-5982 Attn: Tommy Hale. 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/notices/b7eff13474c37ac0293c3e3923b6a642)
 
Place of Performance
Address: San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN02668005-W 20120206/120204233029-b7eff13474c37ac0293c3e3923b6a642 (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.