Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

28 -- OVERHAUL OF THE TUG GELBERMAN ENGINE

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
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-T-0065
 
Response Due
7/9/2007
 
Archive Date
9/7/2007
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is a Request for Quote (RFQ), W912BU-07-T-0065. The small size standard is for annual sales below $6.5M for North American Industry Classification System (NAICS) Code 811310. This procurement is 100% set-aside for small business. Affirmative Action to ensure equal opportunity is applicable to the resu lting contract. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract, for the Overhaul of the Tug Gelberman engine. Performance will be at the U.S. Army Corps of Engineers Caven Point NJ Maintenance Facility. Repairs sha ll be in accordance with the following: Scope of Work Specifications for Port and Starboard Main Engine Overhaul for Tug Gelberman I. GENERAL The contractor shall be an MTU/Detroit Diesel authorized repair service provider. The contractor shall travel to the tug Gelberman located at 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. 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 limited to 2,000 pounds max lift. 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 Gelberman. The repairs shall meet all requirements set forth in section II below. II. TECHNICAL SPECIFICATIONS 1. MAIN ENGINE GENERAL DESCRIPITION Model & Serial No. Designation of Main Engines: Detroit Diesel 12V-149 . Port Engine: Model No.: 91227000 Serial No.: 12E0005180 Starboard Engine: Model No.: 91227000 Serial No.: 12E0005294 2. ENGINE REPAIR SPECIFIC FEATURES The contractor shall disassemble the engines as required to replace the parts listed below. Contractor shall provide and install the following new DDC/MTU parts: " All gaskets, seals and 'O' rings required " New cylinder kits " Rod, camshaft and crankshaft bearings " Blower drive shafts and couplers " Injector fuel lines " Fuel and oil filters Air filter/silencer if so equipped " Oil regulator and relief valves " Oil cooler elements " Crank Shaft - Cam Shaft Gear Trains " Jacket Water System Anodes Contractor shall provide and install the following DDC/MTU 'Reliabilt' remanufactured subassemblies: " Blowers " Water pump " Rocker arms " Fuel pump " Cylinder heads " Injectors " Connecting rods " Governor " Oil pump The contractor shall provide all genuine Detroit Diesel parts and services. No non-Detroit Diesel or MTU manufactured parts shall be used or installed. All Rebuilt/Exhange parts used i.e. blowers, water pumps, etc, shall be DDC/MTU 'Reliabilt' remanufactur ed parts. All rebuilt components will conform to Detroit Diesel 'new engine' dimensions, tolerances and specifications. For all parts replaced as required above, the original parts removed from the engines shall become the property of the contractor. 3. ENGINE RAISING The contractor shall raise the engines sufficient to clear the oil p ans and to allow the required work and components replacement. Reduction Gears are to be left in place, and engines are to be re-aligned to the gears after completion of the overhaul. All piping and other service systems shall be disconnected for this and reinstalled after engine overhaul is complete. The contractor shall provide all labor, rigging & gear for this purpose. The contractor may weld temporary pad eyes to exposed structural members for lifting. Pad eyes shall be removed after completion of overhaul and any weld bead ground flush. Any dam aged coatings in way of the pad eyes are to be restored. 4. 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 hours duration, running in the vicinity of Caven Point. RPM, rack steeings and engine temperature s hall be taken and recorder for each engine at 15 minute intervals during the bollard test, and ? 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 Tug Gelberman Engine Overhaul 1 Lump Sum The period of performance is 30 days, 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) BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the lowest, responsive quote, and is deemed acceptable and responsible by the Contracting Officer. The evaluation factors are price and past performance with both factors being equal. Past performance is substantiated by offeror submitted examples of similar work within the last 24 months. The Offerors must submit their quotes on the full quantity identified. Offerors must submit evidence of being an MTU/Detroit Diesel authorized rep air service provider. The Contracting Officer reserves the right to make no award under this procedure. Prospective offerors must be registered in the Central Contractor Registration Database. Quotes are due no later than 9 July 2007 1:00PM Eastern Time. Quotes 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 fax ed 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.
 
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
SN01329319-W 20070629/070628031545 (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.