Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2012 FBO #3805
SOLICITATION NOTICE

20 -- Turbocharger Overhaul

Notice Date
4/23/2012
 
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-7419
 
Archive Date
5/10/2012
 
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
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-7419, 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 2005-57, effective March 15, 2012. 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 Patuxent to ABB Inc. as the manufacturer and only authorized service center for the following services: The requested period of performance for the below service is 25 April 2012 - 1 July 2012 1.0 ABSTRACT 1.1 Contractor is to overhaul the exhaust gas turbocharger rotating assembly. 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 3.1 Location/Quantity: 3.1.1 Shop, One (1) turbocharger Rotating Assembly to be dealt with 3.2 Description/Manufacturer's Data: 3.2.1 Turbocharger Data: Asea Brown-Boveri (ABB) Model: VTR 454-11 3.2.2 Engine Data: Colt-Pielstick 10 Cylinder Model: PC 4.2V570 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 None. 5.0 NOTES 5.1 Period of Performance; 20 April 2012 - 1 July 2012 5.2 Location of Vessel; N/A 5.3 Point of contact; Brendan Donovan (PPE USNS PATUXENT) (757) 443-0895 Office (757) 439-5292 Cell 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work shall be performed to the satisfaction of ABS Surveyor, MSC Port Engineer, and the manufacturer's technical field service representative and shall be in accordance with reference 2.1.1. 7.0 STATEMENT OF WORK REQUIRED 7.1 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. 7.1.1 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. 7.1.2 The OEM authorized technical field service representative and OEM authorized repair facility to support this work item is ABB Inc. The identification of an OEM authorized technical field service representative and repair facility 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. 7.2 Contractor shall perform Overhaul of the Main Engine Turbo Charger Rotating Assembly described in paragraph 3.2 using reference 2.1.1 for guidance. 7.2.1 All work on this item shall be accomplished by manufacturer's authorized technical service representatives. All shop work required shall be performed by a manufacturer's authorized repair facility. 7.2.2 Disassemble turbocharger rotating assembly for thorough cleaning, inspection and overhaul. 7.2.3 Upon reassembly of turbochargers, leave units in a ready for installation/stored condition in crate to be stored in warehouse until required by vessel. 7.2.3.1 During reassembly, take and record all measurements and clearances as recommended in ref. 2.1.1. 7.2.3.2 Upon completion of inspection, overhaul/reassembly, submit two (2) copies of a written report of all measurements and clearances taken to the Port Engineer and attach a third copy inside the storage crate in which the rotating unit is installed. 7.1.4 Contractor shall at a minimum provide the following Original Equipment Manufacturer certified parts: ITEM MATERIAL NUMBER DESCRIPTION QTY 10 HZTL316868P0008 TURBINE BLADE 45 20 HZTL316877P0038 DAMPING WIRE 2 30 HZTL419555P0001 LOCKING PLATE 45 40 HTLT309680P0001 GASKET RINGS 1 50 HTLT309680P0002 GASKET RINGS 1 60 HZTL441979R0355 CAULKING WIRE 4202 1 70 HZTL426919P0024 HEX-HEADED SCREW 16 80 NB 336850P4045 LOCKING PLATE 16 90 NBT 401330P0460 HEXAGON-HEAD SCREW 8 M12 Tx30 ST GA 100 NB 336850P4055 LOCKING PLATE 8 160 NBT 401330P0412 HEX-HEADED SCREW 8 170 NB 336850P4045 LOCKING PLATE 16 180 NBT 401330P0411 HEX-HEADED SCREW 4 190 HTLT413501P0001 HEX-HEADED SCREW 4 200 TL 501155P0001 LOCKING PLATE 16 140 VXL03-BAL-V400-454 BALANCING 1 7.3 Inspection/Test: 7.3.1 Upon completion of reassembly, conduct all required shop testing (Balancing) of the turbocharger rotating assemblies to the satisfaction of original equipment manufacturer tech rep and ABS. 7.4 Manufacturer's Representative: 7.4.1 The contractor shall provide the services of the manufacturer's authorized repair facility and technical representative for the equipment specified in paragraph 3.2 throughout the performance of this work item. 7.4.2 Upon completion of repairs, provide two (2) copies of the manufacturer's authorized representative and repair facilities' reports to the Port Engineer. 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, https://www.acquisition.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 52.222-50 Combating Trafficking in Persons 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 252.203-7005 Representation Relating to Compensation of Former DoD Officials 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 25 April 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-7419/listing.html)
 
Record
SN02729040-W 20120425/120423235529-ffd365b6f012a22042b767af93ffde4c (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.