Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
MODIFICATION

28 -- Overhaul of the vessel HAYWARD Engine

Notice Date
3/6/2007
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-07-B-0008
 
Response Due
3/13/2007
 
Archive Date
5/12/2007
 
Point of Contact
julina.lee, 215-656-6911
 
E-Mail Address
US Army Engineer District, Philadelphia
(Julina.Lee@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 This Amendment is hereby issued to rescind the total small business set-aside classification on the original combined synopsis/solicitation for W912BU-07-B-0008. This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS in accordance with Federal Acquisition Regulations (FAR) 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. This solicitation is an Invitation for Bid (IFB), W912BU-07-B-0008. The small size standard is for annual sales below $6.5M for North American Industry Classification System (NAICS) Code 811310. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract, for the Overhaul of the vessel HAYWARD engine. Performance will be at the U.S. Army Corps of Engineers Caven Point NJ Maintenance Facility. Repairs sh all be in accordance with the following: Scope of Work Specifications for Port and Starboard Main Engine repairs for Vessel Hayward I. GENERAL ALL WORK SHALL BE DONE BY AN EMD AUTHORIZED SERVICE PROVIDER. The contractor shall mobilize to the Corps of Engineers Facility at Caven Point, NJ. The contractor shall determine and provide all necessary tools, equipment and parts to perform the engine repairs delineated below. The address and phone number of the Corps Caven Point Facility is: US Army Corps of Engineers Caven Point Maintenance Facility 3 Chapel Avenue, Port Liberte' Jersey City, NJ 07305 212.264.0166 201.333.4611 212.264.7147 (FAX) The U.S. Army Corps of Engineers shall provide the following support services to the contractor: a. Crane Service b. Shore Power c. Compressed Air d. Removal and disposal of all fluids and spent filter elements e. Diesel fuel from vessel storage for cleaning f. Removal and replacement of vessel interferences as required for engine accesses g. Gas free and certificate as required. h. Safe egress to & from vessel The contractor shall repair the two (2) main engines  one (1) port engine and one (1) starboard engine, on the vessel Hayward. The repairs shall meet all requirements set forth in section II below. II. TECHNICAL SPECIFICATIONS 1. MAIN ENGINE GENERAL DESCRIPITION Physical description of Main Engines: Port Engine: Model No.: R8-645-E2 Serial No.: 73-G1-1007 Starboard Engine: Model No.: L8-645-E2 Serial No.: 73-F1-1088 Type: 2 cycle -- 45° Vee No. of Cylinders: 8 Rated Horsepower and RPM: 975 BHP @ 900 RPM 2. ENGINE REPAIR SPECIFIC FEATURES a. The contractor shall disassemble the engines to the extent necessary to replace the parts listed below. Contractor shall provide and install the following: Qty. Description 8 Blade Rod Packs 18:1 8 Fork Rod Packs 18:1 2 (Eng. Sets) Blower Drive Bushings 2 Blower Drive Gears 32 Valve Bridges 2 (Eng. Sets) Headframe Gaskets w/ Stiffner Kits 2 Lube oil pump Gaskets 1 (lot) Fasteners/Supplies 2 (spare) Blade Rod Packs 18:1 2 (spare) Fork Rod Packs 18:1 The contractor shall provide all genuine Electro-Motive Diesel (EMD) OEM parts and services. All Rebuilt/Exhange/Utex ® parts used i.e. blowers, water pumps, etc, shall require re-build-able genuine EMD cores. All rebuilt components will conform to EMD dimensions, tolerances and specifications. 3. ENGINE STARTUP AND TESTING After completion of all work in section 2 above, the engines shall be started, run, bollard tested, and sea-trialed. The contractor shall provide start up support and engine monitoring for the start up, the bollard test, and the sea trial. Bollard test is anticipated to be of approximately 1 hour duration, pushing against the Caven Point dock. Sea Trial is anticipated to be of approximately 4 ho urs duration, running in the vicinity of Caven Point. RPM, rack settings and engine temperature shall be taken and recorder for each engine at 15 minute intervals during the bollard test, and ½ hour intervals during sea trials. The start up and sea trial shall demonstrate proper operation of the re-built engines, correct delivered power, and proper operation of the engine control and monitoring systems. Description Quantity______________Unit of Measure___ NAN HAYWARD Engine Overhaul 1 Lump Sum The period of performance is 15 days starting 15 March 2007, and the Service Contract Act will apply. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors  Commercial Items (JAN 2005); FAR 52.212-2, EvaluationCommercial Items FAR 52.212-3, Offeror Representations and Certifications  Commercial Items (MAR 2005); FAR 52.212-4, Contract Terms and Conditions  Commercial Items (OCT 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (July 2005), for Paragraph (b) the following clauses apply; (1), (5), (9), (14), (15), (16), (17), (18), (19), (20), (31), for Paragraph (c) th e following clauses apply; (1) 52.214-3, Amendments to Invitations for Bids 52.214-4, False Statements in Bids 52.214-5, Submission of Bids 52.214-6, Explanation to Prospective Bidders 52.214-7 Late Submissions, Modifications, and Withdrawal of Bids 52.214-10, Contract AwardSealed Bidding 52.214-12, Preparation of Bids 52.214-21, Descriptive Literature 52.214-29, Order of PrecedenceSealed Bidding 52.214-31, Facsimile of Bids BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the lowest, responsive bid, and is deemed acceptable and responsible by the Contracting Officer. The evaluation factors are price and past performance with both factors being equal. P ast performance is substantiated by offeror submitted examples of similar work within the last 24 months. The Offerors must submit their bids on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedur e. Prospective bidders must be registered in the Central Contractor Registration Database. Bids are due no later than 13 March 2007 3:00PM Eastern Time. Bids can be delivered to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: Ms. Julina Lee or faxed to 215-656-6798, Attn to Ms. Julina Lee. The POC for this action is Julina Lee, Contract Specialist, 215-656-6911, julina.lee@usace.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2007); 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.fbo.gov/spg/USA/COE/DACA61/W912BU-07-B-0008/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers Caven Point Maintenance Facility 3 Chapel Avenue, Port Liberte Jersey City NJ
Zip Code: 07305
Country: US
 
Record
SN01245269-F 20070308/070306223256 (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.