Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

J -- services for ABB Turbo Charger Technician to overhaul 4 main engine turbochargers

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Military Sealift Command, Military Sealift Command Pacific, 140 Sylvester Road Naval Base Base Point Loma- Bldg 139 3rd Floor, San Diego, CA, 92106-3521
 
ZIP Code
92106-3521
 
Solicitation Number
N62383-03-P-0509
 
Response Due
6/30/2003
 
Archive Date
7/15/2003
 
Point of Contact
Loyda Toledo, Contract Specialist, Phone 619-379-7747, Fax 619-553-0152, - Tamara Cunningham, Contract Specialist, Phone 619-553-7768, Fax 619-553-7774,
 
E-Mail Address
loyda.toledo@navy.mil, tamara.cunningham@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; No written solicitation will be issued. Solicitation Number : N62383-03-T-0509 is used for reference purposes. The Military Sealift Command, Pacific has a requirement for the services of a qualified ABB Turbo Charger Technician to overhaul four (4) main engine turbochargers in accordance with the statement of work. Model VTR454-11, Serials numbers are as follows: STBD ENGINE A SIDE: 387929, STBD ENGINE B SIDE: 387930, PORT ENGINE A SIDE: 387330, PORT ENGINE B SIDE: 387331. STATEMENT OF WORK: 1. SHIPBOARD WORK: DISMANTLING OF TURBOCHARGER, INSPECTION OF GENERAL CONDITION OF PARTS AND CLEANLINESS, GAS OUTLET & INLET CASING CHECKED FOR CORROSION AND UT CHECKED FOR PROPER THICKNESS, COVER RING, CHECKED FOR WASHOUT CONDITION AND MEASURED FOR OUT OF ROUND, NOZZLE INSPECTED FOR CRACKS AND EXCESS DEPOSITS ,ROTOR ASSEMBLY SENT TO SHOP FOR RECONDITIONING, CASINGS CLEANED (NOT WATERSIDE) NEW SEALING BUSHES INSTALLED, BOLTS REPLACED IF NECESSARY WITH NEW LOCK WASHERS, RECONDITIONED OR SPARE ROTOR INSTALLED, NEW GASKETS INSTALLED, NEW BEARINGS INSTALLED CRITICAL DEMINSIONS CHECKED, NEW PUMPS INSTALLED DEMINISIONS CHECKED, REINSTALL BEARING SPACE COVER AND REFILL WITH OIL. CHECK OPERATION. 2. SHOP WORK: DISMANTLE ROTOR, GLASS BEAD BLAST, OR SOLVENT CLEAN ALL PARTS, EVALUATE ROTOR (All critical dimensions checked shaft, blades, compressor /inducer) PARTITION WALL INSPECTED AND GLAND STRIPS CHECKED, PAINT PARTITION WALL, STRAIGHTEN AND DRESS BLADES IF THEY DON?T REQUIRE REPLACEMENT, BLADED SHAFT BALANCE, REPAIR DRESS THREADS, BALANCE ROTOR ASSEMBLY, COMPLETE ROTOR ASSEMBLY AFTER , BALANCING, PRESERVE AND CRATED FOR SHIPMENT, NOZZLE RING AND COVER RING ARE BLASTED AND MEASURED, FACILITATE ANY CLASS SOCIETY SURVEYS WHICH MAY BE REQUIRED IN THE COURSE OF THIS WORK. 3. REINSTALLTION AND TESTING: DEMONSTRATE PROPER OPERATION OF BOTH TURBOCHARGERS OVER THE FULL RANGE OF ENGINE LOADS TO THE SATISFACTION OF THE CHIEF ENGINEER AND THE MSC PORT ENGINEER. PROVIDE TWO (2) COPIES TO THE PORT ENGINEER AND THE CHIEF ENGINEER WITH A ?CONDITION FOUND? REPORT RECOMMENDING ANY ADDITIONAL WORK. PROVIDE TWO (2) COPIES TO THE PORT ENGINEER AND THE CHIEF ENGINEER WITH A STATEMENT OF WORK DONE AND FINAL TEST RESULTS. 4. Work Schedule: START WORK: on or about Sep 2, 2003., COMPLETE WORK: no later than Sep 12, 2003, Please contact the Port Engineer, ANH HO at 619 524 9790 for the exact date and time. 5. Vessel Location: Naval Station, San Diego, 6. Provide Cost estimate as to labor, ( S/T), materials, and other charges involved. Request FOB destination pricing. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 6 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items; however, sub-paragraphs (g) and (h) are deleted as this is an RFP. FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: The government will evaluate the proposals based on: (a) Technical Capability (b) past performance and (c) Price. Technical Capability and past performance when combined are equal to price. Offerors shall submit as a part of their proposal , completed copies of the provisions at FAR 52.212-3 with Alt I, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition; addenda are as stated herein. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following clauses within paragraph 52.212-5(b) apply to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses within paragraph 252.212-7001(a) apply to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; Required Central Contractor Registration applies to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following site: http://farsite.hill.af.mil Offers in response to this combined synopsis/solicitation are due not later than 30 Jun 03, 4:00 PM Pacific Time. Contractors offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition, please contact : Loida Toledo at (619)553-0285, e-mail: loida.Toledo@navy.mil. Proposed contractors are requested to submit quotes via e-mail, however, facsimile copies are acceptable at 619-553-7695. Hard copies will not be accepted. NAICS: 541330, size standard: $4.0 mil.
 
Place of Performance
Address: USNS Tippecannoe, Naval Station, San Diego, CA
Zip Code: 92106
Country: USA
 
Record
SN00354845-W 20030625/030623213936 (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.