Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
SOLICITATION NOTICE

20 -- MAIN ENGINE UPTAKE INSULATION AND LAGGING REPAIRS

Notice Date
7/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2 CAMP PENDLETON, VIRGINIA BEACH, VA, 23451, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40442-07-T-5292
 
Response Due
7/13/2007
 
Archive Date
7/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is N40442-07-T-5292, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. This is a small business set-aside. NAICS 333999 applies. The small business size standard is 500 employees. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following parts: (CLIN) 0001: Main Engine Uptake Insulation Repairs. The requested delivery date for the above items is: 13 July 2007. The delivery address zip code is 92123. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 52.215-5 Facsimile Proposals (757) 417-4606. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 03 July 2007 10:00 A.M. Offers can be emailed to shelia.bullock@navy.mil or faxed to 757-417-4606 Attn: Shelia Bullock Reference the solicitation number N40442-07-T-5292 on your quote. The following is the statement of work for subject job: 1.0 ABSTRACT 1.1 This item describes the removal and replacement of damaged, deteriorated, or missing insulation and lagging of the STBD main engine exhaust piping and supports from the 01 Level up to the 04 Level. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Dwg. No. 508-6580181, Insulation and Lagging Schedule, Machinery and Piping. 2.1.2 NAVSEA Dwg. No 259-6580253, Comb Exh PP Arrangements & Support Units 450, 460 & 470. 2.1.3 NAVSEA Dwg. No. 631-6580187, Paint Schedule, (Hulls 2363, 2364, 2366, & 2367 Only). 2.2 Enclosures: None 3.0 ITEM LOCATION/DESCRIPTION/QUANTITY 3.1 Location: Engine Room ? 01 Level up to the 04 Level 3.2 Description/Quantity: As detailed in section 7.0. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 None. 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier, must consult the General Technical Requirements to determine applicability to this Work Item. In performance of this Work Item, the contractor and all subcontractors, regardless of tier, must comply with the requirements of all applicable GTR?s, including but not limited to, GTR?s 1 through 7 and 21 through 29. 5.2 Material Reference: 5.2.1 Specific salient characteristics of the material used to fabricate the reusable covers: ? Needled glass fiber core approx. 2 inches thick. ? Fiberglass cloth covering the fiber core. (Inner Layers) ? Siliconized glass fiber fabric covering the fiber core. (Outer layer) ? Composite has 304 stainless steel mesh on underside of first pad. 5.2.2 All hardware used on lagging blankets, such as staples, lacing hooks, banding and wire shall also be 304 stainless steel. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work performed shall be to the satisfaction of the Port Engineer and the Chief Engineer 7.0 STATEMENT OF WORK REQUIRED 7.1 Main Engine Uptakes, 01 Level of Engine Room: 7.1.1 Erection and removal of staging will be required to gain access to repairs. Plastic or canvas protection shall be installed and maintained below the work area to prevent dirt, dust and debris from falling down into lower levels of the Engine Room. 7.1.2 Remove and dispose of all insulation and lagging on the stbd main engine uptake from the bottom of the 01 Level where the previously ?new? insulation stops, up to the 04 Level of the fiddley. The total is approximately 30 vertical feet of 54 inch diameter uptake exhaust piping. 7.1.3 Weld onto uptake, 2 inch wide by ?? thick, insulation support rings. Contractor is to assume welding (7) seven rings on the 54 inch diameter uptake exhaust pipe. Rings will be steel and welded intermittently approximately 4 inches every 6-8 inches. Contractor shall propose placement of support ring for Port Engineer concurrence. 7.1.4 Remove loose paint and prepare surface for painting. Apply one (1) full coat of heat-resistant aluminum paint to all surfaces. 7.1.5 Re-insulate the uptake and exhaust piping in the areas removed in para. 7.1.2 using reusable covers and blankets. Contractor will fabricate insulation blankets using material type identified in para. 5.2.1 and provide all fasteners and hardware necessary to install the insulation. 7.1.5.1 Insulation will be six (6) inches in total thickness. Consisting of the following layers (from inside to outside). - Two (2) each, 2 inch thick blanket layers of needled glass fiber core wrapped in fiberglass cloth. First blanket to have 304 stainless steel mesh on underside, and fiberglass cloth on outside. Second blanket to be covered in fiberglass cloth. - One (1) each, 2 inch thick blanket layer of needled glass fiber core covered with fiberglass cloth on the underside and siliconized glass fiber fabric on the topside covering the fiber core. 7.1.5.2 Each layer will be banded to the uptake pipe using the appropriate stainless steel banding material. 7.2 All trash and debris will be removed from the work area on a daily basis. When insulation installation is completed, removed the protective canvas or plastic and clean the entire uptake area of insulation debris from the 40 ft level in the engine room. 7.3 Repaint any disturbed or unpainted areas to match surrounding areas. 7.4 Preparation of Drawings: None. 7.5 Manufacturer?s Representative: None. 8.0 GENERAL REQUIREMENTS 8.1 None additional.
 
Place of Performance
Address: Military Sealift Fleet Support Command, Bldg. 238/2 Camp Pendleton, Virginia Beach, VA
Zip Code: 23458-0120
Country: UNITED STATES
 
Record
SN01334272-W 20070705/070703221732 (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.