Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2008 FBO #2230
SOLICITATION NOTICE

20 -- GROOM MAIN PROPULSION MOTOR

Notice Date
10/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator 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
23451
 
Solicitation Number
N40442-08-T-5026
 
Response Due
11/19/2007
 
Point of Contact
Patricia Madison, Contract Specialist, Phone 757-417-4614, - Patricia Lathan, Contract Specialist, Phone 757-417-4599, Fax 757-417-4606
 
E-Mail Address
patricia.madison@navy.mil, patricia.lathan@navy.mil
 
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 N40442-08-T-5026, and 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 2005-20. NAICS 335312 applies. The Small Business Competitiveness Demonstration Program is not applicable. Miltary Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order to: ACCOMPLISH REPAIRS TO THE PORT AND STBD. PROP MOTORS.REFERENCES:B2.1 Technical Manual T6260-AB-MMO-010, General Electric Propulsion Motors; B2.2 NSTM S9086-KC-STM-010/CH-300, Electric Plant ? General B3. ITEM LOCATION/DESCRIPTION: B3.1 LOCATION: B3.1.1 #1 Engine Room (7-37-0) B3.2 Description: B3.2.1 Two (2) each Propulsion Motors; Mfr: General Electric; HP: 5000; Volts: 750 DC; Amps: 5400; RPM: 145; Type: MCF; INS Class: F: B4. PARTS/MATERIAL REQUIREDB4.1 Government Furnished Material: Qty: (448) Brushes B5. NOTES: B5.1 All work shall be coordinated through the MSCREP and performed in accordance with OEM approved procedures and current Regulatory Body Rules and Regulations. B6. QUALITY ASSURANCE REQUIREMENTS: B6.1 ALL WORK SHALL BE ACCOMPLISHED TO THE ACCEPTANCE OF THE CHIEF ENGINEER AND MSC PORT ENGINEER. B7. STATEMENT OF WORK: B7.1 Accomplish the following requirements for the Port and Stbd. Main Propulsion Motors: B7.1.1 Tag out each motor: a. Prior to disconnecting equipment, the contractor shall comply with all requirements of equipment tag out program as established by COMSCINST 3540.6, as amended, section 15.2.2, Engineering Operations and Maintenance Manual. Prior to the start of work, the contractor shall contact the MSC Port Engineer and/or the Chief Engineer to coordinate the implementation of the Tag Out Program for the entire performance period of this item. The prime contractor shall be responsible for compliance by both prime and subcontractor personnel. B7.1.2 Record and retain all electrical hook-up data. B7.1.3 Inspect each Prop Motor as follows: a. Take and record shaft thrust, runout and air gap readings. b. Inspect foundations for cracks, areas of distortion, or other abnormal conditions. Report findings. c. Inspect wound rotors, slip ring leads, and armatures for insulation damage and burns/hot spots. Inspect for loose coils and slot wedges. Inspect slip rings and commutators for damage, threading, copper drag, pitch bar, marking, and for wear limits, using B2.1 for criteria. Record all findings and data. d. Inspect brush rigging for cracks, chips, worn areas, distortion, spring condition, and insulating material for cracks and arc paths using Reference B2.1 for guidance. Record all findings and data. e. Inspect leads and terminal lugs for damage and defects using Reference B2.1 for guidance. Record all findings and data. f. Tighten all connections to specified torque. g. Submit a condition report listing inspection results, missing parts, defective parts, and measurements taken in B7.1.3.a through B7.1.3.e to the MSCREP. B7.1.4 Disassemble and remove all division plates, baffles, internal components, etc. to allow access to all windings and internal components for cleaning. a. Vacuum clean all motor internal surfaces to remove carbon dust and other contaminants. b. Clean air filter elements and housings. b. Repair failed varnish on the motors bus bars in accordance with OEM approved method. d. Remove all blowers and motors to the shop. Disassemble blowers and motors; clean dip and bake the motors. Reassemble blower rotating elements using new sealed bearings. Balance rotating elements including fan as a unit. Bench test completed blowers. Reinstall all blowers on completion of repairs, cleaning and testing. B7.1.5 Perform insulation resistance readings and water wash each Prop Motor as follows: Disconnect any solid-state devices and ground temperature sensing leads prior to measuring insulation resistance of windings. A. Apply protective covering to the surrounding areas to prevent overspray while water washing and capture and contain the cleaning solution. B. Remove all brushes and springs from brush rigging before cleaning using Reference B2.1 for guidance. Replace brushes with new GFE following repairs and cleaning. Seat brushes in accordance with OEM approved method. C. Accomplish 500 volt megger insulation resistance test, using References B2.1 and B2.2 for guidance. Record data and submit by Condition Found report. D. Industrial clean the equipment and windings with soap and water using References B2.1 and B2.2 for guidance. E. Dry the equipment by using electric forced air heaters. until motor megger readings are above stop rise. F. Allow to cool to ambient temperature and accomplish a 500-volt megger insulation resistance test, using reference B2.1 and B2.2 for guidance. Record data. G.Repeat cleaning, drying, and testing in B7.1.4.e through B7.1.4.g Target MEGOHM resistance readings are:; 100 Megohms for the brush rigging; 250 Megohms for the Field windings; 25 Megohms for the Rotor windings; i. If satisfactory readings are not obtained after the second cleaning, repeat B7.1.4.e through B7.1.4.g; j. Notify the MSCREP if satisfactory readings are not obtained after a third cleaning; k. Install, align and adjust the new GFE brushes (provided in B4.1) and springs retained in B7.1.4.c using Reference B2.1 for guidance. Examine brush springs and replace as required with shipboard spares.; l. Clean, resurface, re-cut slots, stone and polish the commutators as required in accordance with OEM approved methods to refurbish to fully operational design condition.; m. Submit a Condition Released Report detailing the results of the requirements above to the MSCREP. All work to be completed by 31 Dec 07. Place of performance: Cheatham Annex, Williamsburg, VA. Contact the port engineer Art Levesque at 757-434-5364 to schedule site visit, if desired. The following FAR provision and clauses apply to this solicitation and are incorporated by reference: 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)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. 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. 52.219-28 Post-Award Small Business Program Rerepresentation; 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; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 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: 22. 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 19 October 2007 11:00 A.M. Offers can be emailed to patricia.a.madison@navy.mil or faxed to 757-417-4606 Attn: Patricia Madison. Reference the solicitation number N40442-08-T-5026 on your quote. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-OCT-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/MSC/MSFSCVIRGINIABEACH2382/N40442-08-T-5026/listing.html)
 
Place of Performance
Address: CHEATHAM ANNEX WILLIAMSBURG, VA
Zip Code: 25238
Country: UNITED STATES
 
Record
SN01478300-F 20080104/080102225133 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.