Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
MODIFICATION

28 -- CENAN HAYWARD Transmission Overhaul

Notice Date
3/24/2008
 
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-08-T-0024
 
Response Due
4/2/2008
 
Archive Date
6/1/2008
 
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
Total Small Business
 
Description
This is a modification to the previous notice for W912BU-08-T-0024. This modification extends the closing date to April 2, 2008, 3:00PM Eastern Time. Original Notice: This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS in acc ordance 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 a Request for Quote (RFQ), W912BU-08-T-0024. 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 resulting contract. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract, for the overhaul of two Falke reduction gears on board the M/V Hayward. Performance will be at the U.S. Army Corps of Engineers Caven Point NJ Maintenance Facility. Repairs shall be in accordance with the following: DESCRIPTION/SPECIFICATION/WORK STATEMENT C000 GENERAL C001 GENER AL REQUIREMENTS The Marine Design Center (MDC) of the U.S. Army Corps of Engineers (USACE) has issued this solicitation to overhaul two Falk reduction gear. The reduction gears are installed on the M/V HAYWARD. Army Corps of Engineers, New York Dis trict. C003 DESIGN STANDARDS The Reduction gears shall be overhauled to meet, or exceed, the minimum regulatory requirements set forth in the following: " U.S. Army Corps of Engineers, Publication No. EM 385-1-1, Safety and Health Re quirements Manual. http://www.usace.army.mil/inet/usace-docs/eng-manuals/em385-1-1/toc.htm " OSHA 29 CFR 1919.13(b) " ASME B30.5/B30.10 " AGMA - Inspection & Design " 40 CFR Subchapter C Part 89  Protection of Environment  Co ntrol of Emissions from new and in-use non-road compression ignition engines C006 SCOPE OF WORK A. CONTRACTORS RESPONSIBILITY The Contractor assumes complete responsibility for refurbishment, repair, and testing of the reduction gears to meet the requirements of the contract. Should the Contractor determine at any time that he is unable to fulfill those responsibilities, he shall notify the COR immediately of the problem experienced and his proposed manner of correction. B. CON TRACT INTENT It is the intent of this contract to have the contractor overhaul and repair two Falk Reduction gears, including replacement of the main bearings, ahead bearings and astern bearings, to meet the performance and operational requirements, and objectives of the U.S. Army Corps of Engineers. The reduction gears shall be completely overhauled, cleaned, repainted, renewed, reassembled, and tested at the Caven Point facility in, Jersey City, NJ. The location of the Corps facility is: U.S. Army Corps of Engineers Caven Point Marine Terminal Jersey City, NJ. 07305 C010 DEFINITIONS The following definitions are applicable to phrases and acronyms used throughout this contract: " CENAN  Corps of Engin eers New York District. " COR - Contracting Officer's Representative - A member of the contract management and quality assurance team authorized by the Contracting Officer to perform certain administrative and managerial duties. " GFE - Gover nment Furnished Equipment - Equipment, materials or components furnished by the Government to the Contractor for installation in the vessel. " KO - Contracting Officer - A person with the authority to enter into, administer and/or terminate contract s and make related determinations and findings. " MDC  Anocronym for Marine Design Center. " QC - Quality Control. Quality Control is a function of the Contractor. Refer to Clause E03 Quality Assurance (QA) is a function of the Government. " USACE - United States Army Corps of Engineers. C025 CONTRACTOR QUALITY STANDARDS The Contractor shall be responsible for the overhaul of two reduction gears at the US Army Corps of Engineers facility. The Contractor shall utilize the specified components so as to meet specification requirements utilizing repair and testing methods to ensure that the complete overhaul shall conform to the intended use. Any inspection by the Marine Design Center is for the purpose of verifying the proper function of the Contractors quality control measures and is not to be used as a substitute for control of quality by the Contractor. B. STA NDARD PARTS AND MATERIALS All articles, fittings, equipment, machinery, supplies, and materials used in the restoration of the reduction gears shall be the highest grade, free from defects and imperfections, unused and, be the standard product of r eputable manufacturers, to the maximum extent practicable. Any material not specified shall be the best of their kind for the purpose intended. Materials specified herein to meet the requirements of standard specifications published by national au thorities shall conform to the respective editions, including amendments, specified. No salvage materials shall be used in the work. C. WORKMANSHIP All labor shall be especially skilled for each kind of work and under competent direction.< BR> In engaging one kind of work with another, marring or damage of previously acceptable refurbishment shall be cause for rejection. D. INSTALLATION Materials and equipment shall be installed in accordance with the approved recommend ations of the manufacturer, and in compliance with the contract documents. The installation shall be accomplished by workmen skilled in this type of work. F. CONSTRUCTION STANDARDS Where applicable, all material, machinery and equipment sh all be new, of current manufacture and suitable for the marine service intended. Spare parts and service shall be readily obtainable. All material, unless otherwise specified in these specifications or in the drawings, shall be of commercial quali ty to ASTM, ANSI, or SAE specifications. During refurbishment, the Contractor shall be responsible for protection of all material, equipment, etc., intended for the reduction gear. All materials shall be free of imperfections due to manufac turing processes and from defects which adversely affect appearance or serviceability. C600 MACHINERY C605 PROPUSION A. DESCRIPTION OF WORK The reduction gear shall be overhauled at the Corps of Engineers facility at Caven Poi nt Marine Terminal, Jersey City, NJ. Overhauling of the reduction gear shall consist of: " Disassemble gear box & remove upper casing half " Dismount ahead pinion " Dismount astern pinion " Dismount main pinion " Remove ahead be arings & install new " Remove astern bearings & install new " Remove main bearings & install new " Remount main pinion " Remount ahead pinion " Remount astern pinion " Install new air shafts " Provide new air shaft conversion kits " Reassemble gearbox & upper housing " Drain & fill gear oil " Provide misc gaskets, seals and fasteners. All work listed shall be included in the contract price. Additional work identified after disassembly, not listed above, will be handled by contract modification. Once the reduction gear been disassembled, the Contractor shall prepare a written report clearly stating the condition of the reduction gear, any additional repairs recommended, cost of those repairs (in an itemized form) and time necessary to complete the repairs. The report shall be transmitted electronically and upon receipt the Government shall immediately send acknowledgemen t of that receipt and have 3 business days to respond. Description Quantity______________Unit of Measure___ Tug Gelberman Engine Overhaul 1 Lump Sum The period of performance is 6 0 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 Or ders- 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) the 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 substa ntiated by offeror submitted examples of similar work within the last 24 months. The Offerors must submit their quotes on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure. Prospective offeror s must be registered in the Central Contractor Registration Database. Quotes are due no later than 24 March 2008 1:00PM Eastern Time. Quotes can be delivered to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 643, 100 Pe nn 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 (24-MAR-2008); 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-08-T-0024/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers Caven Point Marine Terminal Jersey City NJ
Zip Code: 07305
Country: US
 
Record
SN01540408-F 20080326/080324230215 (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.