Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2012 FBO #3984
SOURCES SOUGHT

20 -- Compressor

Notice Date
10/19/2012
 
Notice Type
Sources Sought
 
NAICS
333912 — Air and Gas Compressor 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
N32205-13-R-2004
 
Archive Date
11/30/2012
 
Point of Contact
Ronald N. Quarles, Phone: 757-443-5888, PATRICK D BROWN, Phone: 757-443-5913
 
E-Mail Address
ronald.quarles@navy.mil, patrick.d.brown@NAVY.MIL
(ronald.quarles@navy.mil, patrick.d.brown@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCE SOUGHT NOTICE ONLY. This is not a solicitation or request for quote and no contract or purchase order will be awarded from this notice. There is no solicitation, specification or drawing available at this time. Military Sealift Fleet Support Command is seeking eligible businesses that can provide all labor, material and equipment (except for Government furnished items) required that meets the following specification: USS PONCE MACHINERY AUXILIARY (AFSB (i) 15) August 15, 2012 ITEM NO 514 DRESSER DEBALLAST AIR COMPRESSOR OVERHAUL MSFSC/N43/SB 1.0 ABSTRACT 1.1 This item describes the requirement to overhaul the deballast air compressors and attached lube oil pumps. 2.0 REFERENCES: 2.1 NAVSEA Tech Manual 0349-LP-064-2004: Ballast Blowing Compressor, Type LAH-SP-AVP 2.2 Enclosure 2.2: MSFSC Standard Work Item # 31, Dated March 22, 2010. Motor Driven Pump Overhauls. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Contractors facility 3.1.2 Quantity: Three (3) each deballast air compressors and attached lube oil pumps 3.2 Item Description/Manufacturer's Data: 3.2.1 Compressor Data: Mfr: Dresser Rand Model: 7X15 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: 4.1 Government provided transportation services to and from contractors facility.. 5.0 NOTES: 5.1 Period of performance: January 5-April 15, 2013 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK: 7.1 Perform the requirements of reference 2.2 in accordance with reference 2.1 to compressors and attached lube oil pumps listed in section 3.1.2. 7.1.1 In addition to the requirements of reference 2.2, renew all bearings and seals. 7.1.2 Upon approval of MSCREP, reassemble compressors using new CFM gaskets, seals, fasteners, bearings and filters. 7.2 Turn by hand in the presence of MSCREP to demonstrate free mechanical operation of reassembled units. 7.3 Package, preserve and crate each compressor and prepare for international shipping upon completion of work. 7.4 Manufacturers Representative: 7.4.1 The equipment addressed in this work item 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 work item 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 secondary 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. 7.4.3 The OEM authorized technical field service representative to support this work item is Dresser-Rand. 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. 8.0 GENERAL REQUIREMENTS: None USS PONCE MACHINERY AUXILIARY (AFSB (i) 15) August 15, 2012 ITEM NO 514 DRESSER DEBALLAST AIR COMPRESSOR OVERHAUL MSFSC/N43/SB Enclosure 2.2 MSFSC Standard Work Item # 31, Dated March 22, 2010. Motor Driven Pump Overhauls. Military Sealift Fleet Support Command (MSFSC) Standard Work Items Item No. 31 22 March 2010 MOTOR DRIVEN PUMP OVERHAULS 1. ABSTRACT This standard item provides requirements for the overhaul of motor driven pumps. This item includes UNIVERSAL REQUIREMENTS, which apply to all work covered in this standard work item and menu-type COMPONENT REQUIREMENTS that detail the work required for specific types of motor driven pumps. This standard item will be incorporated into a MSFSC vessel work package by reference. 2. References: Note: Reference documents include a mix of public and private information. To the maximum extent possible, all reference information is included in the reference folder which is provided with the MSFSC Standard Work Item package. Private documents, such as SOLAS, ASME or SSPC, are not provided but are considered to be common ship repair industry documents which are available through subscription to the publishing organizations. S6226-JX-MMA-010, Instruction Manual for the Indicator Reverse Method of Pump Shaft Alignment 3. ITEM LOCATION/DESCRIPTION Locations are as specified in the base item. 4. GOVERNMENT FURNISHED MATERIAL/ EQUIPMENT/ SERVICE: None 5. Notes: None 6. QUALITY ASSURANCE REQUIREMENTS: None 7. STATEMENT OF WORK REQUIRED A. Universal Requirements For the pumps designated in the base work item, drain and disconnect pump from piping, motor and foundation. Clean and retain for reinstallation all removed bolting, gauge lines, fittings, etc., in way of removals. Blank all open ended piping with blind flanges, screw caps or plugs as appropriate. Cardboard or sheet metal blanks or wooden plugs shall not be permitted. Remove existing coupling. Transport pump to repair facility. Report to the MSCREP any pipe misalignment and deteriorated or defective foundations. All replacement parts shall be OEM (original equipment manufacturer's) factory parts. Where factory parts are unavailable, the contractor may fabricate new parts with the approval of the MSCREP. Documentation showing unavailability of OEM parts shall be provided as justification for manufacturing replacement parts. Prior to installing pump, pump foundation shall be machine scaled and painted with two (2) coats of primer and one (1) finish coat to match existing color scheme. Transport pump to ship. Remove blanks and reconnect piping without transmitting piping strains to pump. Use new gaskets and fasteners. Align and connect pump to drive unit in accordance with manufacturer's requirements. Shaft/coupling alignment shall be accomplished per the guidance provided in the reference document S6226- JX-MMA-010. Fasten pump/motor units to foundation using new fasteners. Examine foundation mounts and if soft foot conditions are found, follow the recommendations provided in the reference document S6226-JX-MMA-010, Section 2-2. Contractor shall be responsible to stone pads, add shims, reposition mounts as necessary to verify solid contact. Rotate pump by hand and verify freedom of rotation. D. Rotary Pumps (gear type, vane type, screw, sliding shoe, multiple piston) Disassemble/reassemble pump using following general guidance. Actual procedures shall be those specified in the equipment technical manual. Disassemble, clean, inspect and reassemble fluid head: remove, clean and inspect cover o-ring, pump seals and rotor nut assembly. Replace cover, rotor nut and rotor hub keys, washers and o-rings upon reassembly. Replace mechanical seal rotating seal seats, shaft o-rings, stop pins and wave springs. Disassemble, clean, inspect and reassemble gear case: remove gear case oil drain plug. Reinstall for reassembly. Remove gear case cover. Renew cover oil seal upon reassembly. Remove bearing retainers. Press shafts out of gear case for those pumps where shaft removal is recommended in the manufacturer's tech manual. Inspect pump shaft for distortion, defects, deterioration and conformance to manufacturer's specifications. Straighten shaft to manufacturer's specifications. Upon reinstallation use new OEM recommended shims to attain proper backface clearance. Remove gear spacers, keys and gears. Inspect gears for wear. Renew keys upon reassembly. Remove front bearing seals. Renew bearing seals upon reassembly. Remove shims and retain for reinstallation. Remove rear oil seals. Renew upon reassembly. Remove bearings. Renew upon reassembly. Reassemble gear case components with new parts as specified above. In addition, contractor shall provide and renew all additional keys, pins, nuts, lockwashers, lock tabs, o-rings, seals and gaskets not otherwise mentioned. Upon reassembly turn pump by hand to demonstrate proper reassembly. Record and provide a written report of "as released" clearances. Estimated issue date of this solicitation is on/about 29 October 2012. After issuance, solicitation may be obtained thru Federal Business Opportunity (FEDBIZOPS) All Small Business, Service - Disabled Veteran - Owned Small Business, Certified HUBZONE, Woman Owned and certified 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set - aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates Award of a contract no later than 15 March 2012. The appropriate NAICS Code is 333912. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market reach tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities package (no more than 10 pages in length, single - spaced, 12 point font minimum) demonstrating ability to provide the requested items. This documentation shall address, as a minimum, the following: Relevant Experience to include experience in providing similar items within the last five years, including contract number, contract value, Government / Agency point of contact and current telephone number; (2) Company Profile to include number of employees, office locations (s), DUNS number, CAGE Code, and statement regarding small business designation and status. Submission of a capabilities package is not a prerequisite to any potential future offerings but participation will assist the Government in tailoring requirements to be consistent with industry. RESPONSES ARE DUE ON Friday, 26 October 2012 by 12:00PM, Responses shall be sent by mail to the following address: Military Sealift Command, Norfolk, Code N104-2 (Attn: Ronald Quarles), 471 E. C Street, Norfolk, VA 23511. Submissions must be received at the office cited no later than 12:00 PM Eastern Standard Time on 26 October 2012. Questions or comments regarding this notice may be addressed to Ronald Quarles at the above address, email at ronald.quarles@navy.mil or by phone (757)443-5888...
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ad5faaec0a1300c21b2a3b4eacb31ebe)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02916420-W 20121021/121019233831-ad5faaec0a1300c21b2a3b4eacb31ebe (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.