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
SOURCES SOUGHT

41 -- Cryogenic Cleaning of Ducting onboard SSN Navy Vessel

Notice Date
7/3/2007
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-VentCleaning-SS1
 
Response Due
7/17/2007
 
Description
FISC Norfolk Naval Shipyard Maritime Industrial Division is seeking expressions of interest to determine if an adequate number of responsible and interested sources exist who can meet and/or exceed the Government's requirements for services to cryogenically clean the vent system onboard a naval vessel (SSN). The information gathered from this notice shall be used for pre-planning purposes only and does not obligate the Government to issue an official requirement for the subject service. The Government will not present payment for any information provided in response to this notice, nor will the Government return any data submitted. STATEMENT OF WORK: 1. SCOPE 1.1 Title: Dry Ice clean Accessible Portions of Engine Room Ventilation Ducting; accomplish 1.2 Location of Work: 1.2.1 Engine Room, Upper, Middle and Lower Levels, Frames 76 to Aft Elliptical Bulkhead 1.3 Identification: 1.3.1 Engine Room Ventilation Re-circulation System No.l2, including Vaneaxial Fan No. 12, Cooling Coil C-7, In-Line Ventilation heaters H-46 and H-48, In-Line Precipitator P-4 and all associated ventilation ducting and fittings. 1.3.2 Engine Room Ventilation Re-circulation System No. 13, including Vaneaxial Fan No. 13, Cooling Coil C-8, In-Line Ventilation Heater H-49 and all associated ventilation ducting and fittings. 1.3.3 Engine Room Ventilation Re-circulation System No. 14, including Vaneaxial Fan No. 14, Cooling Coil C-12, In-Line Ventilation Heaters H-52 and H-59 and all associated ventilation, ducting and fittings. 1.3.4 Engine Room Ventilation Re-circulation System No. 15, including Vaneaxial Fan No. 15, Cooling Coil C-11, In-Line Ventilation Heater H-53 and all associated ventilation ducting and fittings. 1.3.5 Engine Room Ventilation Re-circulation System No. 16, including Vaneaxial Fan No. 16, Cooling Coil C-13, In-Line Ventilation Heater H-54 and all associated ventilation ducting and fittings. 1.3.6 Engine Room Ventilation Re-circulation System No. 17, including Vaneaxial Fan No. 17, Cooling Coil C-14 and all associated ventilation ducting and fittings. 1.3.7 Engine Room Ventilation Re-circulation System No. 18, including Vaneaxial Fan No. 18 Cooling Coil C-15, In-Line Ventilation Heaters H-47 and H-55, In-Line Precipitator P-3 and all associated ventilation ducting and fittings. 1.3.8 Engine Room Ventilation Re-circulation System No. 19, including Vaneaxial Fan No. 19, Cooling Coil C-16, In-Line Ventilation Heater H-56 and all associated ventilation ducting and fittings. 1.3.9 Engine Room Ventilation Re-circulation System No. 20, including Vaneaxial Fan No. 20, Cooling Coil C-17, In-Line Ventilation Heater H-57 and all associated ventilation ducting and fittings. 1.3.10 Engine Room Ventilation Re-circulation System No. 21, including Vaneaxial Fan No.21 Cooling Coil C-18, In-Line Ventilation Heater H-58 and all associated ventilation ducting and fittings. 1.3.11 Engine Room Ventilation Re-Circulation System No. 22, including Vaneaxial Fan No. 22 Cooling Coil C-9, In-Line Ventilation Heater H-50 and all associated ventilation ducting and fittings 1.3.12 Engine Room Ventilation Re-circulation System No. 23, including Vaneaxial Fan No. 23 Cooling Coil C-10, In-Line Ventilation Heater H-52 and all associated ventilation ducting and fittings. 1.3.13 Engine Room Ventilation Supply System No. 4, from VH-7 bulkhead cutout valve to exhaust terminals, including all associated ventilation ducting and fittings. 2. REFERENCES 2.1 Standard Items 2.2 501-6600570 Rev D, Selected Record Dwg Diag Vent Sys 1st, 2nd & 3rd Platforms Eqpt Lists & Flow Diag (NOF) 2.3 501-5928024 Rev C, Ventilation Engine Room Plenum Box Details 2.4 501-5940301 Rev D, Ventilation Filter Frames 2.5 501-6225486 Rev F, Ventilation ER-Upper Level ? Fr 76-87 (NOF) 2.6 501-6225487 Rev E, Ventilation ER LL & ML Fr 76-87 (NOF) 2.7 501-6225488 Rev D, Ventilation ER UL ? Fr 87-106 (NOF) 2.8 501-6225489 Rev D, Ventilation ER ? LL & ML Fr 87-106 (NOF) 2.9 501-6225490 Rev C, Ventilation ER-Upper Level Fr 106-125 (NOF) 2.10 501-6225491 Rev C, Ventilation ER ? LWR Lvl & Mid Lvl Fr 106 ? Aft (NOF) 2.11 UIPI 0505-908 Rev A, NNSY SUPP-1 Uniform Industrial Process Instruction ? Level 11 and 111 Cleanliness for Piping Systems/Equipment 2.12 UIPI 5050-904 Rev A, CH-1, NNSY Release 1 Uniform Industrial Process Instruction ? Mechanical Joint Makeup for Piping and Pipe Components/Foundations, including Selection and Use of Fasteners, Gaskets, Packings, Seals, Lubricants, and Sealants (Non-Nuclear) 2.13 UIPI 0730-902 NNSY SUPP-2 Uniform Industrial Process Instruction ? Mounts, Resilient and Distributed Isolation Material (DIM), for Machinery and Piping 3. REQUIREMENTS 3.1 Contractor shall accomplish the requirement of 009-09 of reference (2.1) for this work item. Submit all Technical Work Documents (TWD) to the Work Integration Leader (WIL) for review at least seven working days prior to the start of work. The WIL shall attach a concurrence sheet with the required NNSY concurrence signatures deemed necessary by the WIL. 3.1.1 Notification from the WIL of TWD concurrence is required prior to commencement of this work item. 3.1.2 Contractor shall provide Work Authorization Forms (WAF) to the WIL prior to the start of work. 3.2 Contractor shall conduct all work in accordance with the requirements of reference (2.1). 3.3 Prior to the availability start, Contractor shall provide the WIL a condition report of any additional components or services that the Contractor needs NNSY to support (i.e. disposal of hazardous waste, work site lay-down areas, project administration support, etc). There may be additional support needed for conditions discovered during removals, reinstallations and testing. Additional support will be considered New Work and funding arrangements shall be made through the Non- Nuclear Business and Strategic Planning Office (BSPO) at that time. 3.3.1 Submit one legible copy, in hard copy or electronic media, of a condition report listing the results of the requirements of 3.3 to the WIL. 3.4 Material Requirements: 3.4.1 All mandatory replacement material required for this work item, to include but not to be limited to gaskets, cap screws, nuts, bolts, locking pellets and locking wire, shall be furnished by the Contractor. The Contractor shall provide all tools and specialized equipment necessary to accomplished Work Item. 3.4.2 During removals, reinstallations and follow-up testing (if any), Contractor shall identify any contingent material items required and identify items to the WIL. New material items will be considered New Work. 3.4.2.1 Submit one legible copy, in hard copy or electronic media, of a report listing results of the requirements of 3.4.2 to the SUPERVISOR. The SUPERVISOR shall provide copies to the WIL. 3.5 Ships Force, WIL, and those parties deemed necessary by the WIL, shall perform a walk through inspection of the Work Areas with the Contractor prior to commencement of work. The walk through inspection shall document any existing discrepant conditions and shall define the Work Area for work to be accomplished on the Work Item. 3.5.1 Submit on legible copy, in hard copy or electronic media, of a condition report listing the results of the requirements of 3.5 to the WIL. 3.6 The Contractor shall develop and complete all paperwork, including but not limited to TWDs, WAFs, and condition reports. Obtain blank copies of any needed paperwork from the WIL. 3.7 The Contractor shall maintain/re-establish Level III cleanliness on Engine Room Ventilation System components in accordance with Reference (2.11). 3.8 The Contractor shall make-up all mechanical joints in accordance with reference (2.12). The Contractor shall re-new locking pellets within all re-used self-locking mal fasteners in accordance with the requirements of Enclosure (2) of reference (2.12). 3.9 The Contractor shall procure and install new resilient mounts on all disturbed resilient mount hangers. Resilient mounts shall be installed and aligned in accordance with reference (2.13). 3.10 Using references (2.2) through (2.10), the Contractor shall provide services to accomplish dry ice method (cryogenic) cleaning of Engine Room Ventilation Re-circulation Systems listed in 1.3.1 through 1.3.13. Contractor shall remove/reinstall ventilation ducting portable accesses as required to support cleaning. Contractor scope of work shall include in-place cleaning of all vaneaxial fans, cooling coils, heaters and precipitators listed in 1.3.1 through 1.3.13. 3.10.1 Submit one legible copy, in hard copy or electronic media, of a report listing the results of the requirements of 3.10 to the WIL. 3.10.2 The Contractor shall support operational testing of the Engine Room Ventilation Re-circulation Systems listed in 1.3.1 through 1.3.13 and all disturbed equipment/ ventilation access covers and ducting remove/reinstalled to support the Work Item. 3.10.3 Contractor shall remove/clean/reinstall all cooling coil filters associated with Engine Room Ventilation Re-circulation Systems listed in 1.3.1 through 1.3.13. 3.11 NNSY shall provide the following services in support of Work Item: 3.11.1 Provide all rigging and crane service 3.11.2 Provide touch-up paint services to work areas 3.11.3 Remove/reinstall lagging as identified by Contractor as interferences 3.11.4 Provide all HAZMAT sampling and disposal services 3.11.5 Provide all temporary electrical power (110 VAC) and temporary exhaust ventilation to support shipboard work. 3.11.6 Remove and reinstall ventilation ducting sections and associated hangers as identified by the contractor to support shipboard cleaning 3.11.7 Provide material procurement services for contingent materials identified by the Contractor during the course of the Work Item. 3.11.8 Provide shipboard tag-out and work permit services for the Contractor. 3.11.9 Provide Engineering support via the WIL for disposition and resolution of Contractor generated Condition Reports. The WIL shall route all Contractor generated paperwork through the Project Trouble Desk. 4. NOTES: 4.1 The Contractor shall use the specified revisions of technical documents to agree with the requirements of the Authorized Work Package. Arbitrary use of revision available is not allowed. ****************************************************************************** The applicable North American Industry Classification System (NAICS) Code and size standard is 561790/$6.5M. Firms responding to this sources sought notice must: (1) State whether they are a small or large business based on the size standard above; if applicable, identify subcontractors to be used and their anticipated responsibilities (2) Indicate all of the following small business status categories that apply: Small Disadvantaged (SDB), Woman-owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-disabled Veteran-owned Small Business (SDVOB), Historically Black College and University or Minority Institution (HBCU/MI) (3) Provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work (4) Any other pertinent information which would enable the Government to assess a firm?s capabilities. The Government reserves the right to set this acquisition aside for small business, 8(a) firms, HUB Zone firms or Service-disabled Veteran-owned Small Business based on the responses it receives, it is therefore imperative that firms respond with the required information in order to be accurately evaluated. Responses should be limited to ten (10) pages. All information included in an offeror?s response should be specific to this Sources Sought Synopsis IMPORTANT NOTE: CONTRACTOR PERSONNEL (INCLUDING SUB-CONTRACTOR) PROVIDING THE REQUIRED SERVICES MUST POSSESS A INDIVIDUAL SECURITY CLEARANCE OF AT LEAST CONFIDENTIAL. FACILITY CLEARANCES ARE NOT ACCEPTABLE.. RESPONSES TO THIS SOURCES SOUGHT ARE REQUESTED BY 4:00 PM, 17 JULY 2007. REQUESTED INFORMATION SHOULD BE SUBMITTED TO: FISC NNSY MARITIME INDUSTRIAL DIVISION, BLDG 1500, 2ND FLOOR, ATTN: KAREN ENGLAND, CODE 532.1G, PORTSMOUTH, VA 23709-5000. E-MAIL SUBMISSIONS MAY BE SENT TO KAREN.ENGLAND@NAVY.MIL.
 
Place of Performance
Address: Portsmouth, VA
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN01334332-W 20070705/070703221846 (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.