Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2005 FBO #1138
MODIFICATION

J -- Combined Synopsis Solicitation for CGC Albacore and Mako Marine Propulsion Diesel Engine Maintenance Operation

Notice Date
1/5/2005
 
Notice Type
Modification
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-05-Q-3FA723
 
Response Due
1/10/2005
 
Archive Date
1/1/2006
 
Point of Contact
Kathryn Stark, Contract Specialist, Phone 757 628-4588, Fax 757 628-4676,
 
E-Mail Address
kstark@mlca.uscg.mil
 
Description
The Following is an Amendment to the previously combined synopsis/solicitation: Scheduled start date for CGC Albacore is changed to January 24, 2005; ending 21 days thereafter. Provisions and clauses incorporated into the solicitation are through Federal Acquisition Circular 01-27. Requirement specifications added for Marine Propulsion Diesel Engine Maintenance Operation W5 for the USCGC Albacore and USCGC Mako Clause 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) is added. Evaluation criteria changed. ****************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation HSCG80-05-Q-FA723 is issued as a Request for Quotations. The requirement is being solicited as full and open competition using Simplified Acquisition Procedures per FAR Subpart 13. A Firm Fixed Price Purchase Order is anticipated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. The NAICS Code is 336611 with a Small Business Size Standard of 1000 employees. This work is for the Motoren Und Turbine Union (MTU) 8V396TE94 Marine Propulsion Diesel Engine on the 87 foot patrol boats USCGC Albacore, homepiered in Norfolk, VA and the CGC Mako homepiered in Cape May, NJ. Period of performance is 21 days for both boats, with the CGC Albacore beginning January 24, 2005 and the CGC Mako beginning February 21. Schedule of Supplies and services: CGC ALBACORE BASE - CLIN 0001 Motoren Und Turbine Union (MTU) 8V396TE94 Marine Propulsion Diesel Engine Maintenance Operation W5 1 JOB $____________ OPT 0001A - Renew Cylinder Liner 2 EA at $____________ = $________ OPT A Composite Labor Rate 80 Hours at $__________=$ ____________ BASE - CLIN B - GFP Report in accordance with solicitation NSP 1 EA at NSP BASE C - Travel and Per Diem 1 job $____________ Total Price $_________________ Schedule of Supplies and services: USCGC MAKO BASE - CLIN 10001 Motoren Und Turbine Union (MTU) 8V396TE94 Marine Propulsion Diesel Engine Maintenance Operation W5 1 JOB $____________ OPT 10001A - Renew Cylinder Liner 2 EA at $____________ = $________ OPT 1A Composite Labor Rate 80 Hours at $__________=$ ____________ BASE - CLIN 1B - GFP Report in accordance with solicitation NSP 1 EA at NSP BASE 1C - Travel and Per Diem 1 JOB $ ___________ TOTAL PRICE: $ _________________ To receive an award the company must be registered in the Central Contractor Registration Database (CCR) http://www.dlis.dla.mil/ccr/default.asp. All responsible sources may submit a quote, no later than January 10, 2005, 12:00p.m. Offers may be submitted on company letterhead stationery indicating unit price for base and each ordering period (if applicable) and extended price; FOB point; delivery, payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date; and applicable warranty. All work is to be performed in accordance with the CGC ALBACORE (WPB-87309) and CGC MAKO (WPB-87303) 87-FOOT PATROL BOATS SPECIFICATIONS FOR MARINE PROPULSION DIESEL ENGINE MAINTENANCE OPERATION W5 (December 17, 2004/Rev-0) Principal Characteristics Motoren Und Tubine Union (MTU) Engine Model 8 V 396 TE 94 Engine Power 1120 kW at 2000 to 2100 rpm Operating Method Four-Stroke Cycle, Single-Acting Combustion Method Direct Injection Mode of Supercharging Exhaust Turbo Charging single-stage sequential turbocharging Cooling Method Liquid-Cooled Cylinder Arrangement 90°Vee Bore 165 mm Piston stroke 185 mm Displacement, Cylinder 3.96 liters Number of Cylinders 8 Displacement, Total 31.6 liters Compression Ratio 12.3:1 Direction of Rotation (viewed from drive end) C.C.W. (non reversible) Firing order A1-B4-A4-A2-B3-A3-B2-B1B4 B3 B2 B1 Coolant CapacityCoolant capacity including engine-mounted pipework 90 liters Oil CapacityOil capacity in oil pan- to lower mark- to upper markTotal capacity- initial filling- oil change 65-100 litersapprox. 80 litersapprox. 100 litersapprox. 85 liters List of Applicable References Listed documents form a part of this specification to the extent specified. Electronic copies of the 2004 Edition of MLCA Standard Specifications are available on the Internet and may accessed at the following address: http://www.uscg.mil/mlclant/vdiv/specs/default.htm. Order of precedence. In the event of conflicts between text of this specification and the applicable references specified herein, order of precedence shall be in accordance with MLCA Standard Specification 0000_STD, paragraph 3.2, unless specified by the Contracting Officer (KO). Contractor shall immediately notify the KO in writing of any perceived conflicts contained herein. Nothing in these documents, however, supersedes applicable laws and regulations, unless a specific exemption has been obtained. *Government-loaned property shall be returned to the vessel upon completion of the availability. **New or refurbished equipment that the Government may provide for installation in place of existing equipment, is indicated in the work item. General Requirements 1. SCOPE Scope. This item describes the general requirements to be followed by the Contractor while conducting this maintenance operation. 2. Govt furnished property listed within each work item. 3. REQUIREMENTS 3.1 General. Contractor shall conform to all requirements specified in Std Spec 0000_STD and in this item, as applicable, during the performance of this maintenance operation. NOTICE The requirements of paragraph 3.1 apply not only to all work under the scope of this contract, but also to all other work subsequently authorized by changes, modifications, or extensions to the contract. 3.2 Parts and Materials. Contractor shall furnish all tools, gaskets, seals, o-rings and fasteners required to perform this specification and all other parts required and not identified as Government Furnished Property (GFP), in this specification. 3.2.1 Contractor shall use only genuine Motoren Und Tubine Union (MTU) parts. Government reserves the right to provide replacement components. 4. QUALITY ASSURANCE 4.1 Operational testing. Contractor shall thoroughly test and prove satisfactory all disturbed shipboard equipment, in accordance with Std Spec 0000_STD, paragraph 3.22 (Operational testing) and 5.2 (Equipment operation). NOTES 5.1 Coast Guard (CG) Inspector responsibilities. Although the Contractor is responsible for applying appropriate quality assurance measures, the CG will witness the accomplishment of these measures. A CG Inspector will 5.1.1 Monitor the assigned work items to keep informed of progress and ensure that specifications are being followed. 5.1.2 Witness all tests, measurements, and inspections, and be available to the Contractor as needed. 5.1.3 Be guided by the work item and seek immediate clarification when necessary. The CG Inspector is only authorized to halt work when a safety hazard is observed. 5.1.4 Immediately bring to the attention of higher authority of KO any work which appears to be contrary to the work item requirements. 5.1.5 Document all work performed in the Machinery History Log. WORK ITEM 1: Motoren Und Tubine Union (MTU) 8V396TE94 Marine Propulsion Diesel Engine Maintenance Operation W5 1. SCOPE 1.1 Purpose. This work item describes the requirements for the Contractor to perform maintenance operations W5 on the port and starboard, marine propulsion diesel engines, Motoren Und Tubine Union (MTU) 8V396TE94. These engines are the main propulsion units, as installed in the U.S. Coast Guard 87 Foot Marine Protector Class Patrol Boat. 2. APPLICABLE DOCUMENTS Coast Guard Maintenance and Logistics Command Atlantic (MLCA), Standard Specification 0000_STD, 2004 Edition, General Requirements CG Technical Publication (TP) 4518 MTU 8V396TE94 Fuel Injection Pump CG TP 4519, MTU 8V396TE94 Solenoid Actuator R082, Publication CG TP 4520, MTU 8V396TE94 Geislinger Coupling CG TP 4531, MTU 8V396TE94 Maintenance Schedule CG TP 4531A, MTU 8V396TE94 Description and Operation Manual CG TP 4532, MTU 8V396TE94 Parts Catalog CG TP 4533A, MTU 8V396TE94 Diesel Engine Operation Schedules CG TP 4533B, MTU 8V396TE94 Diesel Engine Operation Schedules CG TP 4534, MTU 6V-16V 396.04 Diesel Tool List CG TP 4535, MTU Diesel Engine Fluids and Lubricants Specifications CG TP 4536, MTU Diesel Engine V396TE.4 Tolerances and Wear Limits CG TP 4537, MTU Exhaust Turbocharger ZR-140 CG TP 4573, Coolant Heating System 3. REQUIREMENTS 3.1 Technical Representative Services. Contractor shall provide on-site qualified technical representative, representative must be certified by MTU to the M2 Level and have a minimum of five years MTU experience in marine use over last ten years. Technical Representative must have completed a W5 maintenance procedure on an MTU 8V396TE94 engine within the last three years. Technical representative shall advise on manufacturer's proprietary information, dimensions, and clearances associated with the system, conduct proper repair methods, and ensure compliance with manufacturer's procedures and standards during disassembly, inspection, and reassembly of the marine propulsion diesel engine. 3.2 Interferences. Contractor shall be aware that interferences in way of work include, but are not limited to the following: Piping, Valves, Electrical Wiring, Insulation 3.3 Tag-out. Contractor shall secure and tag out all equipment affected by this work item in accordance with Std Spec 0000_STD, paragraph 3.5, Tag-out. 3.4 Report. Contractor shall submit written condition found report in accordance with Std Spec 0000_STD, Subsection 3.11 (Reports), after inspection or test. 3.5 Government’s right for changing out various components and parts. Contractor shall be aware that Government reserves right to furnish new or rebuilt components or parts for installation, in place of the existing parts, at no additional cost to the Government. If Government exercises this right, Contractor shall turn over all existing components or parts to the Coast Guard PA as Mandatory Turn In (MTI) items. 3.6 Parts Renewal. Contractor shall furnish all gaskets, seals, o-rings and fasteners required to perform the W5 Maintenance and all other parts required and not identified as GFP in this specification. 3.7 W5 Maintenance. Contractor shall provide all labor and tools, necessary to conduct an in place MTU 8V396TE94 Maintenance Operation W5, in accordance with TP 4518, TP 4519, TP 4520, TP 4531, TP 4531A, TP 4532, TP 4533A, TP 4533B, TP 4534, TP 4535, TP 4536, TP 4537 and TP 4573. 3.7.1 Renew Components. In addition to any recommended and authorized repairs Contractor shall renew components listed below with new or rebuilt GFP, using new gaskets, seals, o-rings and fasteners as required. “A” Bank Turbocharger, “B” Bank Turbocharger, Cylinder Heads, Jacket Water Pump, Sea Water Pump, Starter Motor 3.7.2 Clean and Inspect Components. Contractor shall, remove, clean, inspect, and reinstall the following components using new gaskets, seals, o-rings and fasteners as required. Sequential Turbo Charging Actuator, · Sequential Turbo Charger Mechanism, Lube Oil Cooler, Intercooler, Plate Cooler, Charge Air Manifold 3.7.2.1 Contractor shall, clean and inspect the Cylinder Liners in place, without removal. Contractor shall submit a condition found report (CFR) for the completed inspections. 3.7.3 Fuel Injection Pump and Fuel Injection Nozzles. Within the first 48 hours of beginning work on the engine and in accordance with TP 4518, the Contractor shall. Remove the Fuel Injection Pump and Fuel Injection Nozzles from the engine. 3.7.3.1 Have the Fuel Injection Pump and Fuel Injection Nozzles inspected, repaired and tested. The Fuel Pump Assembly and Fuel Injection Nozzles shall be inspected, repaired and tested by a Certified Bosch Fuel System Repair Facility in accordance with TP-4518. 3.7.3.2 Reinstall the Fuel Injection Pump and Fuel Injection Nozzles. 3.8 Dock and sea trials. Contractor shall provide an on-site qualified technical representative; the technical representative must be certified by MTU to the E3 Level. In accordance with Std Spec 0000_STD, technical representative shall conduct dock and sea trials, using the Diagnostic System (DIASYS) to ensure proper operation of marine propulsion diesel engines. Contractor shall provide sea trial test results to MLCA vr-3. 4. QUALITY ASSURANCE 4.1 Operational testing. In the presence of the COR, Port Engineer or CG Inspector, Contractor shall thoroughly test and prove to be in satisfactory operating condition all items or shipboard devices that the Contractor disturbed, used, repaired, altered, furnished, or installed (See 5.2 herein). 5. NOTES 5.1 Government-furnished property. ITEM DESCRIPTION NSN/PN QTY Cylinder Head 2815-12-345-1076 16 “B” Bank Turbocharger 2950-12-347-2009 2 “A” Bank Turbocharger 2950-12-347-2010 2 Sea Water Pump 2930-12-344-4810 2 Jacket Water Pump 2930-12-344-4606 2 Starter 2920-12-156-2556 2 Lube Oil Heat Exchanger** 002 188 3601 2 Intercooler** 002 098 1420 2 Injection Pump** 2910-12-344-4095 2 Injector with retainer** 2910-12-341-9988 16 Cylinder Liner** 555 011 4610 16 Push Rod-Intake** 2815-12-318-2134 16 Push Rod-Exhaust** 2815-12-318-2135 16 Piston** 2815-12-344-6209 16 5.2 Equipment operational testing. For all operational testing of equipment on the vessel, CG will operate the vessel's machinery plant. 5.3 Engine Condition Check. Prior to Maintenance Operation W5, the CG shall conduct an MTU 8V396TE94 Engine Condition Check, in accordance with TP 4533A section 2.1. 5.4 Fluids, lubricants and filters. 5.4.1 CG shall remove and dispose of all fluids, lubricants and filters. 5.4.2 CG shall renew all filters and replenish all fluids and lubricants in accordance with TP 4535. 5.5 CG will provide approximately 900 man hours labor and support to assist Contractors Technical Representative with this maintenance specification. Evaluation and Award-Commercial Items: The provision at FAR 52.212-1 Instructions To Offerors Commercial Items (Jan 2005) applies to this acquisition and is incorporated by reference. Provision FAR 52.212-2 will not be used for this solicitation. However, contractor shall submit representations and certifications for commercial items using FAR 52.212-3 with their quotes. To access the information use http://www.arnet.gov/far. Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote will be evaluated using Past Performance information on file in the National Institute of Health database containing such information. If contractor does not have any past performance information on file, contractor must send at least two references containing agency, contract number, point of contact, and type of work performed on similar contracts of this requirements nature. Information demonstrating the offeror’s ability to provide an on-site qualified technical representative, certified by MTU to the M2 level with a minimum of five years MTU experience in marine use over the last ten years must be provided. Information demonstrating that the technical representative has completed a W5 maintenance procedure on an MTU 8V396TE94 engine within the last three years must be provided. Price will also be evaluated for reasonableness. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2005) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-44, Fair Labor Standards Act and Service Contract Act- 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation (Apr 1984) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. FAR 52.215-20 Alt IV Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition if requested The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.dhs.gov/dhspublic. FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999) FAR 52.211-15 Defense Priorities and Allocation System Rating (SEP 1990) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JULY 1997) FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003) HSAR 3052.209-72 Disclosure of Conflicts of Interest (DEC 2003) HSAR 3052.217-91 Performance (DEC 2003) HSAR 3052.217-92 Inspection and Manner of Doing Work (DEC 2003) HSAR 3052.217-93 Subcontracts (DEC 2003) HSAR 3052.217-94 Lay Days (DEC 2003) HSAR 3052.217-95 Liability and Insurance (DEC 2003) HSAR 3052.217-96 Title (DEC 2003) HSAR 3052.217-97 Discharge of Liens (DEC 2003) HSAR 3052.217-98 Delays (DEC 2003) HSAR 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (DEC 2003) HSAR 3052.217-100 Guarantee (DEC 2003) HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) HSAR 3052.223-90 Accident and Fire Reporting (DEC 2003) HSAR 3052.242-71 HSAR 3052.242-72 Dissemination of Contract Information (DEC 2003)Contracting Officer?s Technical Representative (DEC 2003) HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (DEC 2003). KOS AUTHORITY No oral or written statement of any person other than the Contracting Officer will in any manner or degree modify or otherwise affect the terms of this contract. In the event the Contractor effects any such change at the direction of any person other than the KO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. REQUIRED INSURANCE Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract. In accordance with HSAR 3052.217-95, Liability and Insurance (USCG) (DEC 2003), the Contractor shall furnish the KO with proof of insurance for the duration of the contract, including: 1. Ship Repairers Liability - $500,000 per occurrence. 2. Comprehensive General Liability - $500,000 per occurrence. 3. Full insurance coverage in accordance with the United States Longshoremens and Harbor Workers Act. 4. Full insurance coverage in accordance with the States Workmens Compensation Law (or its equivalent) for all places of performance under this contract. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential quoters who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant KO. If the KO is unable to satisfy the concerns, the quoter should then contact the Coast Guard Solicitation Ombudsman at the address here Commandant (G-CPM-S/3) 2100 Second Street, SW Washington, D.C. 20593 Telephone (202)267-2285 FAX: (202)267-4011 Potential quoters should provide the following information to the Ombudsman in order to ensure a timely response: Solicitation number, Contracting Office, Contracting Officer, and solicitation closing date. Defense Priorities and Allocations System (DPAS) Rating: DO A3 Refer questions to Kathryn Stark, (757) 628-4588 or Cindy Floyd, (757)628-4653 Quotations may be sent via the US Postal Service or hand delivered to: Commanding Officer (vpl-1), USCG MLC Atlantic, ATTN: Cindy Floyd, 300 E. Main Street, Suite 600, Norfolk, VA 23510. As per FAR 52.215-5 FACSIMILE PROPOSALS (OCT 1997), offerors may submit facsimile quotes as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. The phone number for receiving facsimiles is: 757-628-4676. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-JAN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/COUSCGMLCA/HSCG80-05-Q-3FA723/listing.html)
 
Place of Performance
Address: At patrol boats homepiers
 
Record
SN00730654-F 20050107/050105213848 (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.