Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2022 SAM #7449
SOLICITATION NOTICE

41 -- OPEN, INSPECT AND REPORT COOLER UNIT AIR

Notice Date
4/21/2022 8:27:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08022QAG198
 
Response Due
4/28/2022 7:00:00 AM
 
Archive Date
05/13/2022
 
Point of Contact
YVETTE R. JOHNSON, Phone: 4107626263
 
E-Mail Address
YVETTE.R.JOHNSON@USCG.MIL
(YVETTE.R.JOHNSON@USCG.MIL)
 
Description
The USCG Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and Repair the following IAW the attached Scope of Work: Item 1 NSN:�4130-01-580-6990 COOLER UNIT AIR MFG NAME: CARRIER TRANSICOLD CO PART_NBR:�9RM410236 QUANTITY: 02 EACH � Items as received by the contractor must be complete and of the proper cited part number.� Discrepancies shall be reported to the Coast Guard Contract Administrator. Each Item shall be inspected IAW the attached Scope of Work to determine the extent of required overhaul.� This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2022-04 (January 2022) and as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation.� Quotations are being requested and a written solicitation will not be issued.� The NAICS code for this solicitation is 811310. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b),and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 Quotes may be submitted to Eric.I.Goldstein@uscg.mil and include the following information:� I. PRICING: (1)�Labor Rate�Company will Charge U.S. Government to Repair Items: $ _________�������� (This rate shall include direct and indirect labor costs associated with the labor rate, overhead, and profit). (2)�Inspection Charge per Item:�� $ __________�������� (This price shall also be the price the Government will be obligated to pay if any Antenna and Processor/Receiver is determined to be beyond economical repair). (3)�Estimated Labor Charge to Repair Each Item:����____���� HRS�� x���� $ ________�� (Labor Rate) =� $ ______�������� (This cost shall only be used by the U.S. Government to estimate final repair costs.� The actual charge will be negotiated based on the inspection report.)� (4)�Preservation, packaging, and marking:�$ ___________ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Statement of Work / Repair Description.) (5)�Mandatory Replacement Parts: (Company shall price all mandatory replacement parts required for the standard overhaul as listed in attached Statement or Work / Repair Description.) (6)�Contingency Replacement Parts:������� (Company shall price all contingency replacement parts that may be required outside of the standard as for each unit as listed in the attached Statement of Work / Repair Description.) (7)�Replacement cost for new Item (if available):���$ ___________��� (This price will be used by the government to determine if the unit is beyond economical repair) (8)�FOB Origin or FOB Destination:���� $ ___________ (Company shall indicate shipping terms should a Purchase Order result from the quote.) Deliver to: USCG Surface Forces Logistics Center Receiving Building 88 2401 Hawkins Point Rd. Baltimore MD, 21226-5000 (9) Place of Performance*: ________________________________________________________ *NOTE: A Department of Labor Wage Rate Determination shall be incorporated in the resultant Purchase Order. II.� DELIVERY SCHEDULE Our requested delivery schedule is as follows: Initial Receiving Report�noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard:� __05__ calendar days from receipt of items by the company Inspection Report(s)�- _30___ calendar days from the date Government-Furnished Material is received at the Contractor�s facility. Coast Guard Review�- 14 calendar days after receipt of Inspection Reports Repair (when authorized)�- __45___ calendar days after receipt of Contracting Officer�s authorization to proceed� If the required delivery schedule cannot be met, please indicate a proposed schedule below: Initial Receiving Report�noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard:� __X___ calendar days from receipt of items by the company Inspection Report(s)�- ____ calendar days from the date Government-Furnished Material is received at the Contractor�s facility. Coast Guard Review�- 14 calendar days after receipt of Inspection Reports Repair (when authorized)�- _____ calendar days after receipt of Contracting Officer�s authorization to proceed� III.� TEST AND INSPECTION REPORTS�shall be submitted IAW attached Scope of Work / Repair Description and include your price to repair each item. IV. EVALUATION Award shall be made without discussion unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: 1. Technical Capability. Technical capability shall be evaluated on the company�s ability to meet all requirements of this solicitation, based upon attached Scope of Work and access to required drawings and specifications needed to repair the items.� � 2. Past Performance.� ��� Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement.� Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers.� The Company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. The Company shall supply at least three (3) contracts completed during the past three years or currently in process for the same services that are being solicited under this solicitation. References other than those provided by the Company may be contacted by the Government to obtain additional information that shall be used in the evaluation of the company�s past performance.� The Government may waive the submission of past performance information by the company if adequate data already exists on file with this office. 3. Delivery Schedule .� [Any other factors that may be important to the Government for this solicitation may also be included in this section � i.e. warranty, etc] 4. Price V. CLAUSES AND PROVISIONS The following FAR clauses and provisions apply to this solicitation and are incorporated by reference. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2020) with Alternate I.� Offerors must include a completed copy of FAR 52.212-3 with their quote, or, if an offeror has completed the annual representations and certifications electronically at�http://orca.bpn.gov, only paragraph�(b) of this provision must be completed. The following FAR Clauses apply to this solicitation.� Interested companies may obtain full text versions of these clauses electronically at�www.arnet.gov:� FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018); FAR� 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders � Commercial Items (October 2020).��FAR 52.212-5 is attached All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Systems for Award Management (SAM) www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. OVERHAUL DESCRIPTION FOR OFFICIAL USE ONLY ITEM NAME COOLER UNIT,AIR STOCK NUMBER 4130-01-580-6990 PART NUMBER 90RM410236 USED ON 270 -378 SHIP'S AIR CONDITIONING SYSTEM Items as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contracting Officer. OVERHAUL REQUIREMENTS: Descriptive Specification Data: OEM: Carrier Transicold Company, 6304 Thompson Rd., East Sycracuse, NY 13057. Application: The Cooler Assembly is part of the WMEC-270 vessel's Air Conditioning System, Carrier Transicold Model 90RMC050-D-610, R-134A, Sea Water Cooled Chiller, 50 Tons (175.8 kw) Nominal Cooling Capacity. The Cooler Assembly is a four pass, shell and tube with removable heads and multiple internal polypropylene baffles. Direct-expansion type with integral internal fin tubes positioned for multi-pass refrigerant flow. The water connections are 3 inch raised Face ASME/ANSI B16.5 Class Flanges. OVERHAUL DESCRIPTION Item name: Cooler Unit, Air Stock Number: 4130-01-580-6990 Part Number: 90RM410236 Model Number: 90RMC050-D-610 Cutter Class: 270 Class Medium Endurance Cutter OVERHAUL REQUIREMENTS: The cooler assembly as received by the contractor must be complete and of the proper cited part number. Report discrepancies to the Coast Guard Contracting Officer. 1. SCOPE 1.1. This description covers the requirements for the contractor to inspect, estimate and overhaul the Cooler Unit, Air cited above. Also known as a Cooler Assembly, Insulated Evaporator or a Chiller barrel. NSN: 4130-01-580-6990 Item Name: Cooler Unit, Air P/N: 90RM410236 Application: 270 WMEC Air Conditioning System Original Equipment Manufacturer: Carrier Transicold 1.2. The Contractor shall immediately notify the Coast Guard Contracting Officer if the make and/or model delivered for overhaul does not conform to the item cited in Part 1 above. 1.3. The overhaul requirements described herein are considered minimum and are not intended to replace any procedures, controls, examinations or tests normally employed by the contractor to assure the quality of the product. Overhaul of the cooler assembly is intended to return the item performance and appearance back to a like new condition. SHELF LIFE CD 0 FOR OFFICIAL USE ONLY the item cited in Part 1 above. 1.3. The overhaul requirements described herein are considered minimum and are not intended to replace any procedures, controls, examinations or tests normally employed by the contractor to assure the quality of the product. Overhaul of the cooler assembly is intended to return the item performance and appearance back to a like new condition. 1.4. The Cooler Assembly shall be tested in accordance OEM testing procedures and in compliance with ASME code PTC 12.5. A copy of the test report shall be provided to the Coast Guard Contracting Officer. 1.5. Cooler Assembly Specifications: Manufacturer Carrier Air Conditioning Part Number 90RM410236 Model ID Number: 90RMC050-D-610 Fluid Type Fresh Water Fluid Flow Rate (Nominal) 120 GPM (7.57 L/S) Fluid Pressure Drop 11.3 FT. WG (33.8 KPA) Fluid Flow Rate (Max) 250 GPM (1577 L/S) Water Inlet Temp 54 F (12.2 C) Water Outlet Temp 44 F (6.7C) Max Water Side Pressure 150 PSIG (1034 KPA) Max Refrigerant Side Pressure 235 PSIG (1620.3 KPA) Water Connection Inlet 3 IN (73.5 MM) ANSI Flange Water Connection Outlet 3 IN (73.5 MM) ANSI Flange Number of Passes 4 Number of Tubes 129 Length of Tubes 85.5 IN (2171.17 MM) Head Material H.R. Steel Tube H.R. Steel Tube Material Copper (ASME SB-75) Fouling Factor 0.0001 2. OVERHAUL DESCRIPTION 2.1. The contractor shall provide all labor and materials to perform overhaul services on the cooler assembly as follows: 2.2. Preliminary disassembly and inspection of the cooler assembly shall be conducted in accordance with Original Equipment Manufacturer (OEM) recommended procedures. An Open and Inspect Report (OIR), USCG Form R-400- 299-J shall be provided to the contractor to document the total estimated cost for repair including material, labor, testing, preservation, packing and marking costs. A completed OIR documenting estimated repair costs shall be submitted to the Coast Guard Contracting Officer (CG KO) for review and approval prior to the start of any repair or order of material. The contractor shall also provide the replacement cost of a new Cooler Assembly for comparison to the overhaul cost. 2.3. Disposition: The CG KO shall determine the disposition of any Cooler Assembly delivered for inspection that is found to be not suitable for repair for whatever reason. 2.4. Upon acceptance of the estimate and authorization to proceed by the CG KO, the Cooler Assembly shall be overhauled in accordance with OEM recommended procedures and as follows: 2.5. Replacement Parts: All replacement parts used in the overhaul shall be new OEM parts of equal or better quality. Reclaimed or recycled parts are not acceptable and shall not be used. OVERHAUL DESCRIPTION FOR OFFICIAL USE ONLY 2.6. The contractor shall clean all parts using approved industry standard methods for items and materials; the contractor shall inspect and replace any part that is worn beyond OEM recommended specification or tolerances. 2.7. The Cooler Assembly shall be renewed to a condition which shall restore the operating and performance characteristics to the Carrier Transicold Corporation original design and technical specifications. 2.8. Quality Assurance: The Contractor is responsible for the conformance and overall quality of each item offered to the Coast Guard for approval or acceptance. After completion of the overhaul, the contractor shall perform standard production tests to assure maximum design performance. The contractor shall provide certification of successful production tests. 2.9. Quality Assurance Reports: A copy of all test or inspection reports shall be packed with each Cooler Assembly. One certification shall be placed in the box with each Cooler Assembly, and a copy for each Cooler Assembly shall be forwarded to the Coast Guard Contracting Officer. 3. DOCUMENT SOURCES: 3.1. Operating and Maintenance Manual, Carrier Transicold Model 90RMC050-D-6 Sea Water Cooled Condenser, Reciprocating Liquid Chillers with ComfortLink Controls. 3.2. MIL-STD-2073 DOD Standard Practice for Military Packaging 3.3. MIL-STD-129R DOD Standard Practice - Military Marking for Shipment and Storage 3.4. ANSI AIM-BC1 Uniform Symbology Specification Code 39 3.5. ASME PTC 12.5 Single Phase Heat Exchangers 3.6. USCG SFLC Technical Standard 254 Heat Exchangers 4. WARRANTY ___________ Standard Manufacturers Warranty shall apply. A copy of the contractors standard seal warranty shall be placed in each shipping container with contractor certification documents sealed in a waterproof plastic bag which shall be permanently affixed to the inside of the shipping container in a conspicuous location. ____X_______ Item being repaired as an ""Onboard Repair Part"" or a ""System Stock"" item, and will be put into SFLC wholesale inventory not for immediate installation. Contractor must guarantee item against defects that lead to failure for 90 days after installation for a period of up to 2 years after FOR OFFICIAL USE ONLY which shall be permanently affixed to the inside of the shipping container in a conspicuous location. ____X_______ Item being repaired as an ""Onboard Repair Part"" or a ""System Stock"" item, and will be put into SFLC wholesale inventory not for immediate installation. Contractor must guarantee item against defects that lead to failure for 90 days after installation for a period of up to 2 years after delivery to the Coast Guard. 5. GOVERNMENT ACCEPTANCE 5.1. Acceptance will be made at destination by a government representative. Acceptance will be contingent upon representative's verification of no damage in transit, correctness and completeness of order, and contractor?s conformance to preservation, packing and marking requirements. 6. PRESERVATION, PACKING, AND MARKING FOR SHIPMENT 6.1. PRESERVATION: Each Cooler Assembly that makes up one each of any contract line item (CLIN), shall be packaged and preserved for a period of Two (2) years minimum in accordance with ASTM-D-3951. All previously painted surfaces shall be re-painted in accordance with the manufacturer's standards and colors, in order to provide a new appearance. 6.2. PACKING: Each preserved Cooler Assembly shall be packed individually in a skid mounted wooden box, which shall be capable of providing adequate protection to the unit during multiple common carrier shipments in accordance with ASTM D-3951. Refrigerant and chill water connections shall be capped. Each box shall be internally braced to prevent movement of the cooler assembly within the box. Suitable cribbing and insulation shall be provided to prevent damage during shipment. 6.3. UNITIZATION -Unit packs can be unitized as specified in ASTM-D-3951. 6.4. MARKING: Marking shall be required as herein and not as specified in ASTM-D3951. Each shipping container shall be stenciled with black enamel paint with the information as laid out below. Stencil shall be applied to the container on the two longest sides (opposite sides if square) of each box in the upper left corner. Markings shall be 3/4 inch minimum height black characters on a white painted background. Markings shall be in legible black block print lettering with the following information: NSN: 4130-01-580-6990 ITEM NAME: Cooler Unit, Air PART NUMBER: 90RM410236 MODEL NUMBER: 90RMC050-D-610 QUANTITY & UNIT of ISSUE: 01 EA GOVT CONTRACT NUMBER: Insert Contract Number Per Contract SHIPPING WEIGHT: XXXX LBS Determined By Contractor GENERAL DATA: COAST GUARD SFLC MATERIAL CONDITION CODE: CONDITION ""A"" Note: All previous markings and/or quality assurance decals shall be removed from the reusable shipping container prior to the application of any new markings. The shipping container shall be stenciled ""Reusable Container"" and ""Handle With Care"". 6.5. BAR CODING: All items covered by this overhaul description except paper submissions shall be bar coded. 6.6. Bar coding required herein shall be Code 39, also called Code 3 of 9 in accordance with ANSI/AIM BC I. All stock numbered items shall be bar OVERHAUL DESCRIPTION FOR OFFICIAL USE ONLY coded. 6.7. Mark in accordance with MIL-STD-129R. The standard marking required in marking for all for all packaging configurations can be applied separately or as part of the Bar Code Label. If the latter option is used the label size shall be adjusted appropriately. 6.8. The stock number and purchase order / contract number shall be bar coded with Human Readable Interpretation (HRI) immediately below the bar coding on unit and unitized packs. All HRI shall be placed below its associated bar code. 6.9. The label shall be intended for long term indoor applications where the labels will endure intermittent outdoor exposure. Each label shall be for porous surfaces and consist of paper without plastic laminate. The last line of the packing label shall contain the words ""Documents Enclosed"". 7. CONTRACT DELIVERABLES: 7.1. Open & Inspect Report, CG Form R-400-299-J - Provide a completed inspection report outlining the condition of all parts and detailed repair costs including preservation, packing and marking. No further work shall take place until authorization from the contracting officer. 7.2. Cooler Assembly repaired to ""A"" condition as authorized in accordance with the requirements listed in section 2. 7.3. Each Cooler Assembly shall be individually preserved, marked and packaged in compliance with the requirements listed in section 6 and in accordance with MIL-STD-2073-1E, Method 10, DOD Standard Practice for Military Packaging. 7.4. Contractor certification required describing repairs made and completed testing procedures. Note: Recommend repair cost not to exceed 65 percent of new unit cost. Multimarine Part Number: 17111-6 WARRANTY: A. Standard Manufacturer's Warranty X B. Item being repaired as an ""onboard repair"" or a ""system stock"" item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee item against defects that lead to failure for 90 days after installation for a period of up to two (2) years after delivery to Coast Guard. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to preservation/packaging, packing and marking requirements. OVERHAUL DESCRIPTION FOR OFFICIAL USE ONLY PACKAGING AND MARKING FOR SHIPMENT: X A. Each unit shall be packed individually in it's own wooden box which shall be capable of providing adequate protection to the item during multiple shipments. Mark each box in legible black print lettering with the following information: NATIONAL STOCK NUMBER ITEM NAME PART NUMBER GOVERNMENT ORDER NUMBER 4130-01-580-6990 COOLER UNIT,AIR 90RM410236 PRESERVATION / PACKAGING: X A. Each unit shall be individually preserved and wrapped for protection against deterioration for a period of two (2) years minimum. B. See Attachments B. See Attachments And the words: ""Coast Guard SFLC Material, Condition ""A"" � ��������������������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/93bcd0eb33494235a53bae6a5573b1fa/view)
 
Record
SN06304423-F 20220423/220421230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.