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