Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOURCES SOUGHT

J -- USNS COMFORT (T-AH 20) SSTG Turbine Repairs

Notice Date
9/6/2012
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
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-R-5007
 
Archive Date
9/28/2012
 
Point of Contact
Melanie A. Barrett, Phone: 757-443-5962, EDDRIAN LOGAN, Phone: 757443-5883
 
E-Mail Address
melanie.barrett@navy.mil, eddrian.logan@navy.mil
(melanie.barrett@navy.mil, eddrian.logan@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for quotes and no contract or purchase order will be awarded from this notice. There is no solicitation or drawings available at this time. Military Sealift Command has a requirement for the USNS COMFORT (T-AH 20) for repairs to the SSTG Turbine. The area of competition will be the East Coast and the place of performance will be at Canton Pier, Baltimore, MD. Statement of Work is as follows: 1.0 ABSTRACT 1.1 This item describes the requirement repair discrepancies found inside the SSTG turbine. 2.0 REFERNCES 2.1 T9311-AU-MMC-010 SSTG and 1000 KW Generator 3.0 LOCATION/DESCRIPTION 3.1 Location Upper level main engine room (6-94-0) 3.2 Description: Power Rating: 10,763SHP No. Stages: 6 Op Press: 850 psig Op Stm Temp: 925 deg F RPM 1200 3.3 Period of Performance: 1 Nov - 17 Dec 4209 Newgate Ave Baltimore, MD 21224 4.0 GOVERNMENT FURNISHED MATERIAL/EQUIPMENT/SERVICES: None 5.0 NOTES: 5.1 The contractor and all subcontractors regardless of tier shall consult the General Technical Requirements (GTRs) and the MSC Standard items to determine applicability to this work item. 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. Many of the definitions relating to performance are found in work item 001. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK 7.1 Ensure the turbine and generator are tagged out prior to commencing any work. NOTE: Contractor shall provide ALL labor and material required to complete this job. 7.2 Temporarily remove lagging, lagging pads and interferences in way of casing removal. 7.3 Temporarily open the turbine casing. 7.4 Temporarily remove the diaphragms from the casing and clean by fly ash blast. 7.5 Conduct an NDT of each diaphragm and include the results in the condition report. Any repairs will be covered by an RFP. 7.6 Drill out diaphragm aligning screws. 7.7 Procure new screws and install. 7.8 Replace all aligning/retaining lugs, fasteners and adjusting screws with new and properly install upon return of the diaphragm. 7.9 Using an alignment bar and special bushings, properly align the diaphragms with the bearing bores. 7.10 Replace the gland and interstage packing rings. 7.11 Smooth out the eroded sections of the casing. 7.12 Thoroughly clean and polish the diaphragm fit surfaces. 7.13 Properly fit the existing quill shaft with the GFM rotor and balance as a unit. 7.14 Adjust the thrust bearing to provide the manufactures recommended thrust and rotor position clearance. 8.0 GENERAL REQUIREMENTS: 8.1 Contractor shall be required to arrange for disposal of all trash generated in the performance of this work item. 8.2 Contractor shall be responsible for cleaning in and around the area worked. Space shall be left in the condition it was at the start of the job. Estimated issue date of this synopsis/solicitation is on/about 14 September 2012. After issuance, the solicitation may be obtained thru Federal Business Opportunity (FEDBIZOPS) website or the MSC 1102 Website. Any firms that believe they can meet these requirements should respond to this notice as described below. Indicate if your company is a large or small business, and if a small business, indicate if you fall within any of the further classifications (Hubzone, SDVOSB, WOSB, etc.). The Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The appropriate NAICS Code is 336611. It is requested that interested businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested work. This document shall also address the following: Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Please provide a response demonstrating your firm's experience in performing similar work. RESPONSES ARE DUE on Thursday, 13 September, 2012 by 2:00 PM Eastern Standard Time. Responses shall be sent via mail to the following address: Military Sealift Command, Code N10 (attn: Melanie Barrett), 471 East C Street, Norfolk, VA 23511. Email submissions of the capabilities packages (Melanie.Barrett@navy.mil) WILL be accepted. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Melanie Barrett at the above address or via email at Melanie.Barrett@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1c5cf92121f392cbb2c7f51a2ae06c34)
 
Place of Performance
Address: Canton Pier, 4209 Newgate Ave, Baltimore, Maryland, United States
 
Record
SN02870941-W 20120908/120907000752-1c5cf92121f392cbb2c7f51a2ae06c34 (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.