SOLICITATION NOTICE
20 -- Main Diesel Engine No. 2 12000 HR Maintenance - Ref 2.1 Table - FME J&A
- Notice Date
- 5/9/2012
- 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-7437
- Archive Date
- 5/31/2012
- 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
- Fairbank Morse J&A Reference 2.1 Table 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-7347, 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 2005-55, effective January 5, 2012. NAICS code 333618 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source firm fixed price purchase order to Fairbank Morse Engine for USNS AMEILA EARHART for the following services: 1.0 ABSTRACT 1.1 This item describes technical services for No. 2 Main Diesel Engine 12000 hr scheduled maintenance and Turbo Charger. 2.0 REFERENCES: 2.1 T/M T9233-CF-IMC-010; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume B1, Engine Operating Instructions. 2.2 T/M T9233-CF-IMC-020; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume B2, Engine Working Instructions. 2.3 T/M T9233-CF-IMC-040; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume B3, Spare Parts. 2.4 T/M T9233-CF-IMC-070; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume E1-E4, Engine Operating Instructions. 2.5 T/M T9233-CF-IMC-030; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volumes C1, C2, C3, Turbocharger Operating and Working Instructions/Spare Parts Catalog 3.0 ITEM LOCATION AND DESCRIPTION/ 3.1 Location/Quantity/FME supplied Material. 3.1.1 Location: Main Machinery Room 5-66-0 3.1.2 Quantity: Main Diesel Engine No. 2 3.2 Item Description/Manufacturer's Data: -FME/MAN B&W 9L 48/60 Diesel Engine and Turbo Charger 3.3 Contractor Supplied Material: 3.3.1 Contractor is to review this statement of work and provide any additional tooling /rigging and parts not provided via GFM. 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/SERVICES: 4.1 12k Overhaul/Maintenance Kit 9Cyl PN M12701660. 5.0 NOTES 5.1 To gain access to MSC vessel's on the West Coast, contractors must submit an EPIC request to MSC.SSUSD.EPIC@navy.mil. 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 Period of Performance; tentatively, the schedule is 31 July through 13 August 2012. 5.3 Location; TBD in Korea. 5.4 POC; Principal Port Engineer Scott Alvey (757) 803-4539 (Cell), (757) 443-0979 (Office), email scott.alvey@navy.mil. 5.5 Contractor shall be responsible for all industrial support outside the normal scope of Ships Force assistance. Any industrial support required beyond the ships force capable, shall be the responsibility of the contractor. 5.6 The contractor and subcontractors must consult Military Sealift Command's General Technical Requirements, (GTR's), to determine applicability to this work item. The contractor and all subcontractors must comply with all applicable GTR requirements. 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK: 7.1 Provide the service of at least two (2) authorized Fairbanks Morse (FME) or OEM Rep(s). OEM Reps shall be a Sr. Service Tech Rep Experience with MAN B&W 48/68 engines and the T-AKE Class. 7.2 Ship's force will provide special tools as required. OEM reps should provide additional tools to perform overhauls concurrently as required. 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 OEM shall provide support to perform maintenance items taken from reference 2.1 Chapter 4.7, Change C maintenance schedule (12000hrs) to include any service bulletins, notices, etc listed on Table 1 below. 7.6 OEM shall provide support to perform the following Turbo Charger maintenance items take from reference 2.5 (12,000 hrs) listed on Table 1 below. 7.7 Provide shipping to and from Authorized MAN Diesel shop to perform turbocharger cleaning and balancing. 7.7.1 Contractor shall facilitate the procurement of any additional part required. Contractor will be compensated via condition report for additional parts. 7.7.2 All parts that are required to be IMO certified for IAPP shall be procured directly from the OEM to meet IMO requirements. These parts shall be noted and included in the service report. 7.7.3 Reports: Provide service report in pdf format. One copy of the report shall be turned over to the Chief Engineer. One copy of the report shall be turned over to the Port Engineer. The report shall contain the following as minimum:  Engine operating hours and Serial #.  Photographs of the engine condition at disassembly and any unusual conditions.  Description of any abnormal or usual conditions found during maintenance.  A positive statement indicating that each of the table 1 maintenance items has been completed. (For example, Item 017 oil drainage of piston big-end and main bearings checked on the gear box and found sat.)  Measurements taken and recorded for items in Table 1 above shall be included in the report and compared with specified values listed in reference 2.1 Operating Instructions. Both the specified value and the recorded value shall be listed in the report.  Include comments on any defects found in arrangements for removals and lifting of engine components.  Include a listing of any additional special tools found to be needed for successful maintenance on engine.  Include a listing of all parts used during maintenance. The parts list shall include the Sub-Assembly drawing # and part#, the FME part #.  Include a listing of all parts included in the parts kit or ordered and not used. Items turned over to ship's Force.  Include resilient mount measurements as per applicable work card.  Flexible coupling alignment measurements per the applicable work card and reference 2.4 Appendix C Alignment Log Sheet.  Crankshaft Deflection readings per the applicable work card and reference 2.4 Appendix D Crankshaft Deflection Record Sheet.  Main Bearing axial clearance.  Main bearing lower cap condition on the one bearing per engine removed. Include photos.  Big-End bearing shell condition on the one bearing per engine removed. Include photos  Piston condition on the one piston per engine removed. Include photos. Include axial clearance of the piston rings in the grooves.  Cylinder liner dimensions per the applicable work card. One liner per engine.  Cylinder head condition.  Camshaft gearwheel back lash.  Inlet valve condition including valve rotators, and valve seats. Two inlet valves per engine.  Exhaust valve condition including valve rotators, and valve seats. Two exhaust valves per engine.  Include the electronic speed governor pick-up space.  Include all start air valve tightness check results.  Include injection pump and cam follower condition. One per engine is removed and disassembled. Measure and make note of the radial and axial play of the fuel pump drive cam follower rollers and compare against permitted value.  Fuel injection valve condition. All valves per engine.  Buffer Piston condition prior to and after overhaul. 7.7.4 ABS: Help present findings to ABS. On completion of reassembly demonstrate all engine safeties for ABS with ship's force. 7.8 Preparation of Drawings: None additional. 7.9 Manufactures Rep: 7.9.1 Provide the a MAN OEM to perform this work item. Point of Contact For OEM Services: MSHS Motor Services Hugo Stamp Warren Gray, Regional Sales Director 3190 S.W 4th Avenue Fort Lauderdale, Fl 33315 Warren.gray@mshs.com Office: 954-763-3660 Fax: 954-763-2872 Cell: 954-684-2372 Or Fairbanks Morse Engine (FME) Michael W. Svehla Sr. MSC Project Manager. 1545 Tidelands Ave. Suite J National City, Ca. 91950 Phone: (619)-477-3218 Ex 104 Cell: (619)-829-9256 Fax: (619)-477-3021 Email: mike.svehla@fairbanksmorse.com 8.0 GENERAL REQUIREMENTS: None 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) 252.203-7005 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 16 May 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/96c7c9635c28b2f40e23f0f2e980e823)
- Record
- SN02743964-W 20120511/120510000010-96c7c9635c28b2f40e23f0f2e980e823 (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 |