Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

J -- ENGINE OVERHAUL - GORDON GUNTER

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, VA, 23510, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
EA1333M-07-RQ-0040
 
Response Due
11/27/2006
 
Archive Date
12/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The request for quote (RFQ) number is EA133M-07-RQ-0040. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-136. This requirement is being solicited on a full and open competition basis and will be issued subject to FY 2007 appropriations. The associated North American Industry Classification System (NAICS) code is 333618, with a size standard of 1,000 employees. The National Oceanic and Atmospheric Administration (NOAA) requires a top-end overhaul of two (2) Caterpillar D398 engines on NOAA Vessel GORDON GUNTER. All work shall be in accordance with Caterpillar service, maintenance and overhaul technical manuals, including all current and applicable amendments and service bulletins, in such a manner that the manufacturer?s warranty on parts and labor is not voided. As such only Caterpillar certified dealerships may provide a quotation. The order will be awarded based on price and other factors using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and conditions and prompt payment discounts with their quote. Vendors are reminded to submit their Representations and Certifications in accordance with FAR clause 52.212-3. - START OF SPECIFICATION - TOP- END OVERHAUL OF CATERPILLAR D398 SERIES DIESEL ENGINES 1. SCOPE. This specification contains requirements for top- end overhaul of two, Caterpillar D398 engines on NOAA ship Gordon Gunter. Serial numbers: Engine #2: 35Z01556; Engine #4: 35Z01566 2. REFERENCES. Caterpillar manuals and technical information 3. REQUIREMENTS. 3.1 General. The following requirements apply to all work. 3.1.1 Except as otherwise specified, the contractor shall provide all labor, material, services, tools, supervision, manuals and technical expertise. 3.1.2 All work shall be accomplished by an authorized repair facility of Caterpillar Tractor Company in accordance with Caterpillar service, maintenance, and overhaul technical manuals, including all current and applicable amendments and service bulletins, in such a manner that the manufacturer's warranty on parts and labor is not voided. 3.1.3 Provide and install "mandatory-renewal" parts and components as required by this specification. Additional components will be provided by Government (if available) or contractor; additional component procurement and installation will be negotiated by the Contracting Officer as additional work. 3.1.4 Except where remanufactured components are authorized or specified, only new, original Caterpillar, non-surplus components and parts shall be used. Air starting motors can be rebuilt using Original Equipment Manufacturer (OEM) parts. Rebuilt components shall be disassembled, cleaned, inspected, rebuilt, and reassembled. 3.1.5 Where remanufactured components are provided, existing components shall be replaced on an exchange basis with components remanufactured at Caterpillar Tractor Company?s factory, and the existing components become the property of the Contractor in their as-found condition. 3.1.6 Thoroughly clean, then conduct visual inspections of all disassembled parts to be reused; ensure all passages and holes are open. Check for cracks, scoring, chipping, pitting, signs of overheating, excessive wear, signs of distress, and other defects which could affect serviceability. Whenever hydraulic, fuel, lube oil, or air lines are disconnected, clean the point of disconnection and cap or plug the hose or pipe and it?s connection point. 3.1.7 After inspections have been completed and prior to reassembling components, submit a report of all inspection findings to NOAA; include a record of all measurements and readings taken. Include recommendations for additional repairs, inspections or testing. Do not proceed with any additional work until authorized by the Contracting Officer. 3.1.8 Interferences shall be removed and reinstalled as required at no additional cost to Government, except piping interferences that are part of other ship?s systems. Contractor is responsible for removing piping to or from the engine, engine heat exchangers, air motors, etc. 3.1.9 Clean up debris at end of each work day. Upon completion of all work, clean all work sites to their as-found condition. 3.2 Top-End Overhaul. Accomplish following work for top- end overhaul: 3.2.1 Engines will be drained of oil and jacket water by ship?s force prior to start of repairs. Any residual jacket water to be drained into bilge and will be disposed of by Government. 3.2.2 Renew the following "mandatory-renewal" parts and components. Where "remanufactured" is added in parenthesis after a component, a remanufactured component may be provided in lieu of a new component. a. Seals, ferrules, "o"-rings, and gaskets of all removed and disassembled components and parts b. Turbocharger cartridges (remanufactured) c. Thermostats and water temperature regulators d. Cylinder head assemblies (remanufactured) e. Fuel nozzles f. Jacket water pump (remanufactured) g. Sea water pump (rebuild kit and new impeller) h. Air starting motor (remanufactured or rebuilt) i. Filter elements (Government to provide filter elements) j. All fuel injection pump to fuel nozzle fuel lines; new fuel lines shall be double- walled. k. All thermocouples and thermocouple wiring. New wiring to be run to thermocouple box on bracket on aftercooler; thermocouples and wiring to be provided by Government l. New zinc anodes in pumps and heat exchangers (Government to provide zincs) 3.2.3 Remove piping to aftercooler, clean and pressure test air sides in place. Reseal water sides. 3.2.4 Adjust fuel rack actuator by setting turnbuckle adjustment to middle of range. Adjust position of arm on actuator spine such that when engine is running at rated speed under no load, voltage at actuator is 1.5 VDC. Voltage is best measured in switchboard, however the voltage drop across the fuse must be considered. 3.2.5 Touch-up paint all disturbed surfaces to standard Caterpillar paint scheme; surfaces to be painted shall be free of dirt and grease 3.2.6 Fill coolant and lube oil systems. Government will provide lube oil. Coolant system shall be refilled with fresh water and same type of non-chromate corrosion inhibitor as existing. 3.3 Tests and Reports. Test operate engine after overhaul using ship?s dockside hotel load. Test all alarm and shutdown systems prior to starting. Ship?s engineer will line up and start engine. Provide technicians to observe operation, verify joints are leak- free, make adjustments, and record data. Operate engine at no-load until normal no-load operating temperatures are reached, then increase load incrementally up to full load and operate for one hour. Temperatures and pressures shall be monitored and compared to manufacturer's recommended limits. If a temperature or pressure exceeds or falls below manufacturer's recommended upper or lower limits, testing shall be stopped and the cause determined and corrected before continuing. 3.3.1 Record the following information near the end of full load test; provide test instruments as required: a. cylinder exhaust temperatures b. lube oil temperatures c. water temperatures d. fuel oil pressure e. lube oil pressure f. water pressures g. electrical load on generator prime mover h. turbo outlet air pressure 3.3.2 Submit a report of all data obtained. Report shall include manufacturer's recommended limits for each measured parameter. 3.3.3 After all work is accomplished, submit a cost breakdown of parts used for the overhauls. 3.4 Final Adjustments and Tune-up. After satisfactory completion of operational test, reset valves and accomplish final adjustments and tune-ups as required to provide smooth, efficient, and reliable operation. 3.5 Notes. a. American Bureau of Shipping (ABS) survey of the top-end overhauls is required for credit toward ship?s Continuous Machinery Survey. Contractor shall inform ABS of progress and arrange for inspections as required by the local (Mobile, AL) office. Government will pay ABS fees associated with survey under a separate purchase order. b. Ship?s force is available to provide shipboard crane service during normal working hours to lift parts between the pier and aft deck; 24 hour notice required. Actual rigging of parts and moving parts from aft deck into engine room shall be the responsibility of the Contractor. - END OF SPECIFICATION - The top-end overhaul shall start December 5, 2006 and be completed by December 19, 2006. It is anticipated that a purchase order will be awarded on or about December 1, 2006. The work shall be accomplished onboard the GORDON GUNTER at Gulf Marine Support Facility, 151 Watts Avenue, Pascagoula, MS 39567-4102. The vessel may be visited from November 28-29, 2006 by contacting George Morris at 228-769-1155. Wage Determination No. 94-2301 (Rev 29) applies to this acquisition. Quotes are due on or before November 27, 2006 by 4:00 p.m. EST. Quotes may be faxed to 757-441-3786 OR 757-664-3652, Attention: Melissa R. Sampson e-mailed at Melissa.R.Sampson@noaa.gov or mailed to U.S. Dept. of Commerce, NOAA, Eastern Administrative Support Center, 200 Granby Street, 8th Floor, Norfolk, VA. 23510, Attention: Melissa R. Sampson. For information regarding this acquisition, please contact Ms. Sampson at (757) 441-6561 or via e-mail at the address listed above. The provision at 52.212-1, Instructions to Offerors--Commercial applies to this acquisition and there are no addenda to this provision. In accordance with 52.212-1, vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its quote. Vendors shall refer to www.arnet.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (17), (18), (19), (20), (24), (31) and (c) (1). In accordance with the Statement of Equivalent Rates for Federal Hires (May 1989) and in compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332 is: Machinery Maintenance Mechanic ? WG 10. No other additional contractual terms and conditions are applicable. No Defense Priorities and Allocations System (DPAS) rating are assigned. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. Vendors are asked to provide their (DUNS) Dun and Bradstreet nine digit number along with their quotation. To: File Subj: JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Ref: (a) FAR 13.106-1(b) 1. Pursuant to the requirements of FAR Part 13 Simplified Acquisition Procedures, Subpart 13.106-3(b) the justification for soliciting from a single source is supported by the following facts and rationale: 2. MOC has a brand-name requirement to procure a top-end overhaul of Caterpillar Engine with associated parts needed to overhaul the 398D Caterpillar engine on board NOAA Vessel GORDON GUNTER. Caterpillar is the original equipment manufacturer of the engine; the parts required to overhaul this engine are not interchangeable with other brands of engines. The procedures to be employed to successfully accomplish the overhaul must be in accordance with Caterpillar service, maintenance and overhaul technical manuals, including service bulletins to ensure that the manufacturer?s warranty is not compromised. 3. The combined synopsis/solicitation will be posted on FedBizOpps with the intent to solicit quotes only from Caterpillar dealers with unique capabilities to satisfy NOAA?s requirement. Quotes will be solicited only from Caterpillar dealers as they are the only vendors that are able to provide Caterpillar parts and warranty.
 
Place of Performance
Address: Pascagoula, MS
Zip Code: 39567
Country: UNITED STATES
 
Record
SN01182957-W 20061119/061117220310 (fbodaily.com)
 
Source
FedBizOpps 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.