Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2012 FBO #3996
SOLICITATION NOTICE

20 -- SSTG Rotor Rewind Repair

Notice Date
10/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator 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
N23754-2299-V005
 
Archive Date
11/23/2012
 
Point of Contact
Efrem Mason, Phone: 757-443-5958, Jessie Garcia, Phone: 757-443-5967
 
E-Mail Address
efrem.mason@navy.mil, jessie.garcia@navy.mil
(efrem.mason@navy.mil, jessie.garcia@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 N23754-2299-V005, 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 2005-61, effective 13 September 2012. NAICS code 335312 applies. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USS MT WHITNEY for the following services: The requested period of performance for the below service is 1 Dec12 - 30 Jan 13. Wage Determination will be applicable at the vendor's facility. Spare Ship's Service Generator Electric Rotor Reconditioning 1.0 ABSTRACT 1.1 This item describes the requirements to refurbish the spare turbine driven AC generator rotor. 2.0 REFERENCE: 2.1 NAVSEA TECHNICAL MANUAL S9311-BP-MMM-010 0910-LP-102-8492 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity: Rotor is available for survey at the Military Sealift Fleet Support Command warehouse located in Building LP-26 at Naval Operations Base Norfolk. The POC for surveying the Rotor is David Barton and he can be reached @ (757) 443-0869. 3.2 Item Description/Manufacturer's Data Generator KW Output 2,000 Power Factor 0.8 Volts 450 Cycles 60 Phase 3 Amperes (Full Load) 3,204 Excitation Approximately 100 Amps, 115 Volt (Full Load) Overload 150 percent Rated Amps at 0.5 P.F. for 1 minute. Duty Continuous RPM 1,200 Maximum Ambient Temperature 50° C. Starting Self-Excited (Permanent Magnet Alternator on Turbine) Generator Construction Mounting Horizontal Enclosure Enclosed Cooling Air/Water Type of Rotor Rotating Field-Salient Pole Bearing Sleeve Air Gap 0.543 in. Slip Rings 2 Brushes per Ring 2 Brush Size 5/8 in. X 1-1/4 in., Stack Pole H-4, Grade H Winding Data, Stator: Poles 6 Connection Six Circuit Delta Slots 126 Coils 126 Grouping of Coils 7 Winding Pitch 1 to 17 Turns in Series Per Coil 2 Winding Data, Field: Poles 6 Connection One Circuit Series Coils 6 Turns in Series per Coil 165 S9311-BP-MMM-010 1-29 Rotor Weight: Rotor Weight 7,080 lbs 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: 4.1 GFM Rotor assembly crated for truck/surface shipment. 4.2 GFS ABS Surveyor 5.0 NOTES: 5.1 Wherever "or equal is specified": For equivalency purpose, submit a technical quote stating deviation requested, technical data and relative comparison to standard specified. Also specify Regulatory Body compliance and/or approval. 5.2 If the contractor proposes technological improvement of materials, manufacturing, assembly or testing, it is requested that a clear technical quote be submitted specifying improvements. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 Final report cited paragraph 7.19 below shall contain: a. Technical specifications of material used with relative approvals and/or international standard of compliance. b. Description of testing and assembly procedures. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide all labor, material, equipment, and transportation. Coordinate performance of required inspections with ABS Surveyor and provide certification of work accomplished. 7.2 Remove ship service generator rotor and crate from warehouse to shop. 7.3 Completely disassemble the rotor and thoroughly clean and examine all parts. Protect machined surfaces. 7.4 The rotor was treated with Vacuum Impregnation Treatment (VPI) at time of reconditioning. It is expected that 70% of the retainer rings and other fasteners will break upon removal. Contractor is to take this into consideration when estimating for retainer rings removal (with necessary removal of broken fasteners, drilling, tapping, provision of new fasteners, and reinstallation of same). 7.5 The following work must be accomplished prior to fabrication and installation of coils. a. Inspect and dimensionally measure shaft, and flanges. It is known that the shaft has a run out exceeding maximum allowance and flange may be out of perpendicularity. b. Perform NDT on shaft flange and journal. c. Submit as found condition report and technical proposal for recommended repairs. d. Correction (If Required) of shaft and flange distortion, shaft finishing, coupling dressing will be subject to issuance of a change order. 7.6 Remove, manufacture and replace collector rings assemblies. 7.7 Manufacture, replace collector leads. 7.8 Completely strip and clean the field coils in accordance with paragraph 6.26.5 of reference 2.1. 7.9 Wet Rewind using new wire of proper size/type and wrapping as specified by the generator manufacturer in reference 2.1 or equivalent. The rotor has been modified to accept an additional two bridges per pole (Total of 18) to preclude the bulging of rotor windings in the future. 7.10 Windings and armature shall be vacuum impregnated (VPI) with Class H Thermal capability insulating varnish (DURAGUARD or equivalent) and baked in accordance with IEEE 45 (or equivalent international standard) requirements. Cure according to manufacturer's specifications. 7.11 Take (Megger) reading for insulation resistance and grounds. Record and provide readings. 7.12 Perform Static impedance test / Volt drop test across each field coil. Compare to determine that there are no short turns in any of the field coils. Each reading shall be within 2% of the source voltage. Record and provide readings. 7.13 Perform Polarization Index (PI) test. Minimum PI readings is 2.0. 7.14 Perform Rectifier diode test meg-ohm for complete rotor circuit 7.15 Perform coil resistance test for imbalance between phases 7.16 Dynamically balance the rotor. Final unbalance shall not exceed the manufactur¬er's specifications for a new unit or, in the absence of this, the value determined by: 4 x weight of rotor (lbs.) Unbalance (ounce inches) = -------------------------- Max. operating RPM of unit Repeat the requirements of this paragraph until the angle and amplitude remains consistent. 7.18 Completely reassemble the rotor. Inspect. Crate for shipment using Certified Treated Wood required for International Shipment. Use of existing shipping container is acceptable as long as its condition is acceptable for reuse. 7.19 Return rotor to MSC Warehouse located in Building LP-26 on Naval Operations Base, Norfolk Virginia. 7.20 Submit a comprehensive report in English stating condition(s) as found, test(s) performed with relative results, technical recommendations made and corrective action taken and "as released" condition. 8.0 GENERAL INFORMATION: ROTOR. The generator rotor consists of a rotor core, six field coils and a collector ring assembly. The rotor core is of the salient type construction and has six poles. It is attached to the shaft by means of a key and a shrink ring. The preformed field coils are placed over the poles and are held in place by a coil compression assembly, coil braces and pole head pieces. Each pole head piece is secured to the rotor core by special high strength socket head screws which are secured to a rod running axially through the length of each pole. Fans are attached to the pole head pieces at each end of the rotor core to circulate cooling air within the generator enclosure. The field coils are wound on a precision form with thixotropic varnish applied between turns, then cured at the required temperature in an enclosure form to the required shape. Additional details of field coil construction and connections are shown and described in reference 2.1 figure 3-34. The collector ring assembly provides the means of connection to the two leads of the field coil. The assembly is held in place on the rotor shaft by a key, while the bearing pedestal supports the brush rigging over the collector rings. Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-99 System for Award Management Registration (Deviation); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 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.) 52.212-3 ALT II Offeror Representations and Certifications -- Commercial Items. 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 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 52.222-36 Affirmative Action for Workers with Disabilities, 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 52.222-50 Combating Trafficking in Persons 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) 52.233-4 Applicable Law for Breach of Contract Claim.-sol and contracts 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-3 Alterations in Solicitation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Export-Controlled Items 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Identification and Valuation; 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, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 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 8 November 12 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Efrem Mason@navy.mil or faxed via 757-443-5982 Attn: Efrem Mason. Please reference the solicitation number on your quote. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMMERCIAL INVOICE (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. GOVERNMENT (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official N32205 Issue By Admin Inspect By Ship To Code N62387 Ship From Code Mark For Code Service Approver Service Acceptor Accept at Other LPO DCAA Auditor Other (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. NOT APPLICABLE (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. MSCHQ_WAWF@navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012) The information contained in this instruction is supplemental to DFARS 252.232-7006. The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract. When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank." In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. 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/N23754-2299-V005/listing.html)
 
Place of Performance
Address: Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02922393-W 20121102/121031234618-98e203e5ea699f899c3479c55a5905f3 (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.