Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

J -- OVERHAUL MOTOR GENERATOR SET FOR USCGC RUSH (WHEC 723) IN HAWAII

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Honolulu, 400 Sand Island Pkwy, Honolulu, HI, 96819-4398
 
ZIP Code
96819-4398
 
Solicitation Number
DTCG34-04-Q-6WH184
 
Response Due
3/5/2004
 
Archive Date
3/20/2004
 
Point of Contact
Helen Cabana, Contracting Officer, Phone (808)541-3286, Fax (808)541-1558, - Verna Jackson, Chief of Contracting Office, Phone 808-541-2463, Fax 808-541-1558,
 
E-Mail Address
hcabana@d14.uscg.mil, vjackson@d14.uscg.mil
 
Description
The USCG ISC Honolulu proposes to contract the overhaul of Motor Generator Set No. 3 and No 4 for USCGC RUSH (WHEC 723) located at IC Gyro, Sand Island Parkway, Honolulu, HI. USCGC RUSH is geographically restricted to the cutter’s homeport at Coast Guard Integrated Support Command (ISC) Honolulu, Hawaii. The vessel’s performance period will be 01 April 2004 and completion date no later than 30 April 2004. Site visit is encouraged. Contractor’s facilities must be located in Hawaii to be considered responsive. The acquisition is being conducted under Simplified Acquisition Procedures. The resulting contract will be Firm-Fixed-Price and will be inclusive of all labor and materials. 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 and a written solicitation will not be issued. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19; The requirement is being solicited as a 100% Small Business Set-aside using Simplified Acquisition Procedures per FAR Subpart 13. The NAICS Code is 811310 with a Small Business size Standard of $6.M. A Firm Fixed Price Purchase Order is anticipated. CLIN 0001: Contractor to provide all labor, materials and equipment to overhaul the Motor Generator Set #3 and #4 onboard the USCGC RUSH (WHEC 723). All work to be accomplished in accordance with the specifications cited herein. Place of Performance: USCGC RUSH (WHEC 723), c/o USCG Integrated Support Command Honolulu, 400 Sand Island Parkway, Honolulu, Hawaii 96819-4398. Period of Performance: 1 April 2004 thru 30 April 2004. (30 calendar days). BASE ITEMS: CLIN 0001 – OVERHAUL MOTOR GENERATORS, 400 Hz, STAINLESS STEEL, SET NO. 3 AND SET NO. 4: SPECIFICATIONS: MOTOR GENERATOR SET OVERHAUL 1. SCOPE The intent of this item is to overhaul Motor Generator Set identified by the Coast Guard Inspector from Table 3.5.1 A. 2. REFERENCES Coast Guard Drawings: 378-FRAM-W-314-1, Rev E; 400 HERTZ BUS TIE AND GEN ISO & ELEM W.D. 378-FRAM-W-401-4, REV J; ARRANGEMENT OF EQUIPMENT-1.C. & GYRO ROOM Applicable Documents: CG TECH Pub 3265, MANUFACTURER’S INSTRUCTION BOOK – SWBS GROUP(S) 314, 5/2/1997 COMDTINST M10360.3B, Coatings and Colors Manual, 6/12/2001 MIL-PRF-24635, Rev B; Enamel, Silicon Alkyd Copolymer, 6/30/1994 MIL-DTL-15090, Rev D; Enamel, Equipment, Light Gray, (Navy Formula No. 111) 03/30/1982 MLCPAC Standard Specification 304.1, Shipboard Electrical Cable Test, 3/1/2000 MLCPAC Standard Specification 304.2, Shipboard Electrical Cable Removal, Relocation, Splice, Repair and Installation, 3/1/2000 MLCPAC Standard Specification 074, Welding and Allied Processes, 3/21/2000 NAVSEA standard Item 009-17, Rotating Electrical Equipment Repair Steel Structures Painting Council, SSPC-sp 3, Power Tool Cleaning, 9/1/2000 Steel Structures Painting Council, SSPC-sp 25, Paint Primer, Raw Linseed Oil and Alkyd Primer (Without LEAD & Chromate Pigments). 3. REQUIREMENTS 3.1 General. The Contractor shall provide all labor and material to accomplish the following in accordance with the General Requirements: 3.1.1. Concerned work area is the I/C Gyro Room (3-96-3-C). CG Dwg 378-FRAM-W 401 shows the arrangement of equipments in Gyro Room. 3.1.2. In the presence of the Coast Guard Inspector, inspect and operate Motor Generator (MG) Set to be overhaul to document original operating condition. Submit a Condition Found Report noting any discrepancies in system operation. 3.2 Tag-Out- Secure, isolate, and tag-out all affected mechanical, piping and electrical systems in accordance with the General Requirements. 3.3 GAS FREE CERTIFICATION 3.3.1 Gas free and certify the affected compartments in accordance the General Requirements. The affected compartments must be certified “Safe for Personnel –Safe for Hotwork” for the duration of work performed under this item. 3.3.2 Gas Free Certificates indicating the current status of the compartment shall be posted on the Quarterdeck and at the open access to the compartment. Provide one copy to the Coast Guard Inspector. 3.3.3 Hotwork—Conduct all hotwork in accordance with MLCPAC Std Spec 074. All welds shall be continuous, 100% efficient welds. 3.4 REMOVAL AND INSPECTION 3.4.1 Remove or protect all interferences. All interferences that are removed shall be tagged to facilitate proper reinstallation. Ensure that all removed equipment is kept in a clean, dry, and protected location. Obtain verification from the Coast Guard Inspector for the protective measures taken for equipment not removed. 3.4.2 In the presence of the Coast Guard Inspector, the Contractor shall inspect MG sets’ alignment and foundations prior to the removal of the MG Sets from it’s foundation. Submit a Condition Found Report to the Coast Guard Inspector. 3.4.3 Inspect lead wires and insulation, broken or partially broken lead wires shall be cut back to remove damaged portion of wires and install new terminal end to the wire. 3.4.4 Disconnect cables in accordance with MLCPAC STD Spec 304.2. CG Dwg 378-FRAM-W-313-1 shows electrical wiring of MG Set. 3.5 OVERHAUL 3.5.1 The Coast Guard Inspector will identify MG Set to be overhauled from Table 3.5.1A. TABLE 3.5.1A MOTOR GENERATOR NAMEPLATE DATE MG Set No. 3, Mfd. By Bogue Electric Mfg Co. Paterson, NJ 07509, Model No. DI-0206-01 Input: 450V, 3 Phase, 60 HZ, 55A Output: 31.1KVA, 120V, 150A, 3 Phase, 400HZ Weight: 1835 Lbs. MG Set No. 4, Mfd. By Bogue Electric Mfg. Co. Paterson, NJ 07509 Model No.: DI-0206-01 Input: 450V, 3 Phase, 60 HZ, 55A Output: 31.1 KVA, 120V, 150A, 3Phase, 400 HZ Weight: 1835 Lbs 3.5.2 Remove the MG set from the foundations. Prior to disconnecting wiring leads, record and retain the connection information for use in later reconnection. The contractor shall remove the MG Set from the cutter for overhaul by the shop. The shop performing the work shall be a member of the Electrical Apparatus Service Association and shall adhere to the association’s standards. 3.5.3 The contractor shall clean, inspect, varnish treat and test MG Set in accordance with the NAVSEA STD item 009-17 and CG Tech Pub 3265. 3.5.4 The contractor shall renew all bearings in accordance with CG Tech Manual 3265. 3.6 SURFACE PREPARATION 3.6.1 Prior to applying any paint, remove all dust, grease, oil, or other contaminants from all prepared areas in accordance with applicable federal, state, and local laws and regulations. 3.6.2 The contractor shall paint MG Set housing with one coat 2.00 TO 3.00 mils dry film thickness (DFT) corrosion inhabiting, prime coat confirming to SSPC-sp 25. Apply two coats minimum DFT each, interior equipment alkyd confirming to MIL-DTL-15090, (Navy Formula 111). 3.6.3 Prepare MG Set foundation by power tool cleaning in accordance with SSPC SP-3. Coat the prepared surfaces with the following coating system in accordance with COMDTINST M10360.3 and the manufacturer’s instructions. One coat, 5-6 mils DFT, High Build Epoxy One coat, 2-3 mils DFT, MIL-PRF-24635 Silicon Alkyd, Type II, Class 1. 3.6.3.1 The Coast Guard Inspector will verify all surface preparation. 3.7 RE-INSTALLATION 3.7.1 After MG Set is overhauled, re-install the MG Set to original configuration and re-connect the MG Set with previously recorded wiring information. 3.8 CLEAR TAG- Restore all systems and clear tags in accordance with the General Requirements. 3.9 ACCEPTANCE AND TESTING 3.9.1 Inspect and test all cables in accordance with MLCPAC Std Spec. 304.1 3.9.2 The Contractor shall test MG Set in the presence of Coast Guard Inspector and submit results of the testing to the Coast Guard Inspector. 3.10 RESTORATION 3.10.1 Prepare and paint all new and disturbed surfaces in accordance with the General Requirements. 3.10.2 Restore all interferences to their original condition in accordance with the General Requirements. 3.11 The Contractor shall clean the affected and surrounding areas of any dirt and debris at the completion of work. 3.12 Coordinate all tests and inspections with the Coast Guard Inspector to minimize any production delays. 4. COAST GUARD INSPECTOR NOTES During the progress of this item the Coast Guard Inspector will perform the following tests: 4.1 Receive, review, and verify all Condition Found Reports. 4.2 Verify that Tag-Outs are strictly performed in accordance with the “Tag-Out” and “Tag Clearance” sections of the General Requirements. Assist the Contractor in locating all circuits and equipment requiring securing and isolation for the work on this item. 4.3 Verify that equipment not removed is adequately protected from damage. 4.4 Identify the MG Set to be overhauled. 4.5 Witness that all coatings are restored in accordance with COMDTINST M10360.3. 4.6 Witness that interferences are restored to their original condition. 4.7 Witness the testing and operation of the MG Set. 4.8 Verify that the Contractor has restored the work area to a clean condition in accordance with the General Requirements. 5. DOCUMENTATION 5.1 Ship’s Force will document the accomplishment of this work in the appropriate cutter records. FAR Provision 52.212-2 applies; evaluation factors will be price and past performance, and these factors are substantially equal. Offerors must be as a minimum achieve a satisfactory evaluation for past performance in accordance with FAR Part 15.305(2). THIS PROCUREMENT IS SET ASIDE FOR SMALL BUSINESSES. All offerors are to include with their quotes, a completed copy of Provision 52.212-3, Offeror Representations and Certifications – Commerical Items, which may be downloaded from http://www.arnet.gov/far. The following Federal Acquisition Regulation (FAR) terms and conditions apply to this synopsis/solicitation Provision at 52.212-1, Instructions to Offerors-Commercial; the Clause at 52.212-4, Contract Terms and Conditions-Commercial Items; the Clause at 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.222-20, Walsh-Healey Public Contracts Act; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration which can be downloaded at http://www.ccr.gov. All interested, responsive, responsible firms should submit their quotation no later than 5 March 2004, 2:00 p.m. HST, to U.S. Coast Guard, ISC Honolulu (fp), 400 Sand Island Parkway, Honolulu, HI 96819-4398, ATTN: Helen T. Cabana (808) 541-3286. Facsimile copies will be accepted at (808) 541-1558.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/COUSCGISCH/DTCG34-04-Q-6WH184/listing.html)
 
Place of Performance
Address: USCGC RUSH (WHEC 723), 400 SAND ISLAND PARKWAY, HONOLULU, HI 96819
Zip Code: 96819-4398
Country: USA
 
Record
SN00527563-F 20040222/040220233557 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.