Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2003 FBO #0410
SOLICITATION NOTICE

J -- Machining Services of Pumps

Notice Date
11/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-03-Q-0064
 
Response Due
12/11/2002
 
Archive Date
2/18/2003
 
Point of Contact
Karen England, Contract Specialist, Phone 757-396-8372, Fax 757-396-8503, - Kiera Rustay, Supervisory Contract Specialist, Phone 757-396-8376, Fax 757-396-8503,
 
E-Mail Address
englandkl@nnsy.navy.mil, rustaykj@nnsy.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet and Industrial Supply Center, Norfolk Naval Shipyard Annex proposes to contract for a requirements type contract for a base year with four (4) one-year option period for machining services in support of the Norfolk Naval Shipyard Pump Regional Repair Center (RRC). This procurement shall be processed utilizing Simplified Acquisition Procedures as set-forth in FAR Part 13.5, Test Program for Certain Commercial Items. The machine work identified herein shall apply to any pump that can be worked within the pump RRC. Contractors are requested to provide two (2) quotes for the machine work identified to enable NNSY to determine the time frame requirement. Contractors are to provide a quotation for the completion of the subject machining on any pump within five (5) working days (total cost/pump broken down by manhours/pump) and a second quote to accomplish the same work in ten (10) working days (total cost/pump broken down by manhours/pump). Working days are defined as having started when NNSY contacts the contractor for pump pick-up and completing when the contractor returns the pump to NNSY. Contractors are advised that NNSY performs its own verification of all machine work and/or dimensions within two (2) working days of receipt of pumps from the servicing contractor. NNSY will use, at its discretion, either a CMM machine or conventional alignment bars and dial indicators for verification. Contractor, if desired, may be present during verification and may be provided a two (2) hour notification. While the assignment of the level of contractor labor personnel performing the machining work is the responsibility of the machine shop management, the company and its supervision must have a min. of 5 years journeymen experience in machining pumps. Contractor shall be required to pick-up/handle/transport pumps to and from NNSY. Government forklifts, if necessary, may be utilized to load pump/component onto contractor's transportation vehicle. As required of specific pump(s), all gasket material, wear rings and bearing boxes shall be supplied to the contractor as government furnished material (GFM). Welding processes, as may be required, shall be accomplished prior to releasing pump to the Contractor. All equipment and/or special tooling required to perform specified work shall be the responsibility of the contractor including jigs, holding devices, cutting tools, etc. The following work is identified: Both halves of the pump case shall be machined between 1/64 inch to 1/16 inch. Contractor shall dowel removable casing half to main casing as to establish no more than 0.0005 inch step between the upper and lower halves. If this is not attainable, subject faces must be machined perpendicular to the shaft axis within 0.002 inch max total indicated run-out (TIR). Utilizing government furnished gasket paper, contractor shall line bore cases to establish no more than 0.002 inch TIR between wear ring locational areas and bearing bores. Employing GFM wear rings, contractor shall machine wear ring locational lands to provide 0.002 inch to 0.003 inch diametrical clearance with the wear rings. With GFM bearing boxes, contractor shall install and dowel boxes to establish 0.002 inch max TIR with wear ring lands. Should the bearing bracket be non-removable to the main casing, the bearing bracket to bearing cartridge diametrical clearance shall be provided by NNSY. Contractor shall machine pump casing in area that locates bearing boxes and gland housing perpendicular to the established shaft axis to pump casing to within .0005 max TIR. Contractor shall machine all non-critical bores to original nominal dimensions. FOB: Destination to Norfolk Naval Shipyard, Portsmouth, VA 23709-5000. Closing date for receipt of offers will be 4:00 PM, Local Time, 11 Dec 2002. Requests for the solicitation pkg will be accepted via mail addressed to: FISC NNSY Annex, Attn: Karen England, Code 532.1G, Bldg 1500, 2nd floor, Portsmouth, VA 23709-5000 or via e-mail to englandkl@nnsy.navy.mil. Request must state the solicitation number, forwarding address for solicitation, point of contact/phone number. PHONE AND/OR FAX REQUESTS ARE NOT ACCEPTABLE AND WILL NOT BE HONORED. Important notice: DFAR 252.204-7004, Required Central Contractor Registration Applies. Lack of registration in the CCR database will make an offer illegible for award. Information may be obtained through internet at http://ccr.edi.disa.mil. Numbered note 1 applies. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-NOV-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JAN-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189A/N00181-03-Q-0064/listing.html)
 
Place of Performance
Address: Norfolk Naval Shipyard, Receiving Officer, Bldg 276, Portsmouth, VA
Zip Code: 23709-5000
 
Record
SN00239458-F 20030116/030114220207 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.