Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161

Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000 23rd Ave, Port Hueneme, CA 93043-4301

28 -- ENGINES FOR M/V INDEPENDENCE @ THE NAVAL FACILITIES ENGINEERING COMMAND SOL N47408-98-R-7527 DUE 091498 POC Peggy L. Hake, (805) 982-5397 E-MAIL: smtp@net, plhake@cbcph.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested; a written solicitation will not be issued. Solicitation N47408-98-R-7527 is issued hereto as a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 98-06. This acquisition is unrestricted. The contract type will be firm fixed price. The scope of work will be for the delivery of two new engines that interface with the Naval Facilities Engineering Service Center Vessel M/V Independence and the ship's existing propulsion equipment. The Contract Line Item Numbers (CLINS): item, quantity, and specifications are delineated as follows: CLIN-0001: ITEM: Main Propulsion Marine Diesel Engines. QUANTITY-Two Each. SECIFICATIONS: Engines shall be compatible with the following performance specifications: Propeller Description- 086" x 71.5" 4 blade EAR=0.55; .Propeller Design Point -1187 SHP @ 296 RPM; Shafting Description -7" diameter, forged carbon steel; Max Allowable Shaft Horsepower -(Approx.) 1360 BHP per ABS rules; Reduction Gear- Niigata Twin Disc MGN-827V 6.08:1; Max Gear Box HP input -1300 Horsepower and Flywheel Housing SAE No. 0. Requirements: Horsepower @ rated speed. The engines shall have an operating profile no less than 1250 HP @ 1800 RPM and a maximum horsepower not to exceed 1300 HP. Engines with a manufactured horsepower greater than 1300 HP are acceptable provided the engines are de-rated to the specified horsepower rating without adverse effect to the engine performance, maintenance schedules, and overhaul interval. ABS Approval. The engines and ancillary equipment, including but not limited to electronic fuel management systems, shall have the approval of the American Bureau of Shipping (ABS). These engines shall be supplied with ABS recommended spares and recommended special tools to effect any repairs using the spare parts. Physical Limitations. The engines shall conform to the physical boundaries of the engine room. This includes bedplates, overheads and lateral clearances, in order to provide adequate space to perform required routine maintenance and repair of the engine without the removal of main deck plating or any other major structural members. Physical Boundaries. Maximum Length: 10'-6"; Maximum width: 07'-0"; Maximum Height from bedplate: 08'-0"; Maximum depth below bedplates: 01'-9"; Maximum dry weight (each): 15,000 lb. Engine Performance Parameters. The replacement engines shall be 4 cycle, turbo charged after cooled marine diesel engines, continuous rated for 1250 HP @ 1800 RPM. Typical engine operating profile is 1560 hours per year per engine at cruising speed and 1040 hours per year per engine at idle and low loads. The engines must operate at reduced speed (RPM) and loads for prolonged periods without detrimental effect to theengine or without increases in the recommended maintenance schedule. Detrimental effects includes but are not limited to water jacket cavitation, excessive carbon buildup in the combustion chamber and cylinder head components. The engines shall be equipped with an ABS approved electronic fuel management system to aid in preventing these deposits at low speed and low load operation. The engines must be adapted for keel cooled application. The engines will have an overhaul interval of no less than 15,000 hours. The manufacturer of the replacement engines shall have world wide parts and service capabilities. The engines shall comply with all Federal and State of California environmental regulations for marine engines of the rated HP and use. CLIN-0002: ITEM: Commercial Manuals and Drawings. QUANTITY : Three Sets. CLIN-0003: ITEM: Conduct a torsional analysis test to determine coupling compatibility. (This test will be observed by the Government.) QUANTITY: One Lot. END OF CLINS. Delivery Date: 01 March 1999. FOB Destination: Naval Facilities Engineering Service Center, 1100 23rd Avenue., Building 1100, Port Hueneme, CA. The following Federal Acquisition Regulations (FAR) and Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation. Full text of these provisions and clauses can be obtained via the Internet at the following address: http://www.arnet.gov/far or contact the PoC listed herein. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 1997), FAR 52.212-2, Evaluation-Commercial Items (Oct 1997), Insert: 1. Technical Capability- a. Meeting the listed requirements; b. Logistics Support-i.e. engine parts and service availability worldwide and the number of years the specified model has been in production, and c. Installed customer based-i.e. number of specified model engines installed in both commercial and Government vessels 2. Past Performance, and 3. Price. Insert: Technical and Past Performance, when combined, are approximately equal to cost or price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 1997). (Note: It is the Contractors responsibility to obtain, complete, and return this with its offer). FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 1997), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug1996) applies to this acquisition and the following clauses cited are applicable to this acquisition: FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employed Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug1996) applies to this acquisition and the following clauses cited are applicable to this acquisition; FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employed Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); DFARS 252.212-7001; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Feb 1997), DFARS 252.225-7001; Buy American Act and Balance of Payment Program (Jan 1994). See Numbered Notes: 1. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered by the agency. Offers are due by Sept 14, 1998. All questions must be made in writing, faxed or mailed to the address provided below. Offers shall be in writing and sent to: Naval Facilities Engineering Command Detachment, Seabee Logistics Center, Code 2714-3, 4111 San Pedro Street, Attn: P. Hake, (805) 982-5397, FAX (805) 982-3015, Pt. Hueneme, CA 93043-4410. Posted 08/14/98 (W-SN237417). (0226)

Loren Data Corp. http://www.ld.com (SYN# 0237 19980818\28-0003.SOL)


28 - Engines, Turbines and Components Index Page