AWARD
J -- Vessel ADAMS II Repair
- Notice Date
- 1/27/2017
- Notice Type
- Award Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123617T0003
- Archive Date
- 2/10/2017
- Point of Contact
- Garland Cooper, Phone: 7572017748, Eartha Garrett, Phone: (757)201.7131
- E-Mail Address
-
garland.d.cooper@usace.army.mil, Eartha.Garrett@usace.army.mil
(garland.d.cooper@usace.army.mil, Eartha.Garrett@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Award Number
- W91236017-P-0003
- Award Date
- 1/26/2017
- Awardee
- Bay Diesel Corporation, 3736 COOK BLVD<br />, Chesapeake, Vermont 23323, United States
- Award Amount
- 43,390.00
- Line Number
- 0001
- Description
- PerformanPERFORMANCE WORK STATEMENT WORK ITEM NO. 1 REPAIR PORT ENGINE BLOWER GASKET 1. SCOPE 1.1 This work describes the requirements to repair an oil leak on the S/V ADAMS II port engine (Detroit Diesel 12V92 DDEK). 1.2 The vessel port engine began leaking oil and a vendor diagnose the leak to be from either the port engine blower gasket or the head gasket. 2. APPLICABLE DOCUMENTS US Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1. 3. REQUIREMENTS 3.1 Repair port engine blower gasket. 3.2 After repair, reassembly replacing additional gaskets and seals encountered. 3.3 After repair is completed, ensure that there are no leaks from the port engine blower gasket. 3.4 The government representative will need to witness that the port engine no longer leaks. The engine shall run for approximately one hour away from the dock for the purpose of witnessing any leaks from the engine. Provide 24 hour notice when a government representative is needed. 4. GOVERNMENT FURNISHED MATERIAL (GFM) None 5. QUALITY ASSURANCE 5.1 The contractor shall adhere to the guidance of the performance based quality assurance surveillance plan (QASP). This plan sets forth procedures and guidelines that the USACE will use in evaluating the technical and safety performance of the contractor. There will be 100% inspection by the COR/Lead Technician on all QC documents. All work will be documented by the project manager prior to payment. Additional requirements are outlined in this PWS that require on site visual inspections by the COR or other delegated Corps representative during testing through repair processes including successful completion of the work items. 5.2 Start the port engine and run for an appropriate period of time to check for oil leaks in the presence of the COR.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W9123617T0003/listing.html)
- Place of Performance
- Address: Norfolk, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN04383506-W 20170129/170127234220-ae5ef610f0f2f597fa79d30c7472a87f (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 |