Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

20 -- Replacement Sliding Block and Transfer Head Chain

Notice Date
12/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N0442-09-T-5145
 
Response Due
12/31/2008 9:00:00 AM
 
Point of Contact
Susan Kreider, Phone: 757 443 5919
 
E-Mail Address
susan.kreider@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 N40442-09-T-5145, 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 2005-27. NAICS 423840 applies. The Small Business Competitiveness Demonstration Program is applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price sole source purchase order to Norfolk Bearings and Supply Co, Norfolk, VA for USNS SUPPLY for the following part. Statement of Work 1.ABSTRACT 1.1.Provide 465 feet of Double Strand Chain for replacement of Chains on UNREP Stations 4, 6, and 12. And 10 Connecting Links 2.REFERENCES/ENCLOSURES: 2.1.References: NAVSEA Drawing 5363392 Rev D Double Strand Chain 2.2.Enclosures: 2.2.1.Procedure for Hot Dipping Sliding Block Drive Chain 3.ITEM LOCATION/DESCRIPTION: 3.1.Location/Quantity: 3.1.1.Location: 3.1.2.Quantity: Four-Hundred and Sixty-Five (465) Feet of Double Strand Chain 3.2.Item Description/Manufacturer's Data: 3.3.Bill of Materials: 3.3.1.Chain, Double Strand per Reference 2.1, QTY = 465 Feet 3.3.2.Connecting Links for 3.3.1 per Reference 2.1, QTY=10 4.GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1.Government Furnished Equipment: None 4.2.Government Furnished Material: None 4.3.Government Furnished Services: None 5.NOTES: 5.1.All material shall be delivered prior to 1 Feb 2009. 6.QUALITY ASSURANCE REQUIREMENTS: 6.1.All work shall be accomplished to the Satisfaction of the PPE, and or NSWC Port Hueneme Representative. 7.STATEMENT OF WORK REQUIRED: 7.1.Arrangement/Outfitting: 7.1.1.Contractor shall provide required chain manufactured per reference 2.1, chain shall be modified by accomplishing procedures in enclosure 2.2.1. Enclosure 2.2.1 provides amplifying information for General Note 4 of reference 2.1. 7.1.2.Failure to comply with this specification may result in rejection of supplied materials in lieu of rejection contractor may be held responsible for cost of onsite corrective action if supplied materials do not comply with this specification. 7.2.Structural: None 7.3.Mechanical/Fluids: None 7.4.Electrical: None 7.5.Electronics: None 7.6.Preparation of Drawings/Documentation: None 7.7.Inspection/Test: 7.7.1.Contractor shall submit written documentation of compliance with reference 2.1 and enclosure 2.2.1. 7.7.2.(Checkpoint) Contractor shall provide government with 72 hour notice prior to coating chains and allow access for government representative for the purposes of witnessing coating of chains per requirement. 7.8.Painting: None 7.9.Marking: None 7.10.Manufacturer’s Representative: None 8.GENERAL REQUIREMENTS: 8.1.None additional MEMORANDUM OF STANDARD PROCEDURE PORT HUENEME UNDERWAY REPLENISHMENT DEPARTMENT PROCEDURE FOR HOT-DIP LUBRICATION OF SLIDING BLOCK DRIVE CHAINS Notes: A.This procedure developed at the Navy Underway Replenishment Test Site at Port Hueneme. B.Ensure sufficient quantity of make-up lubricant is on hand to augment loss from tank as each chain section is completed. One 55-gallon drum of Mobil ARMA 798 is usually enough make-up product to coat approximately 320 feet of double wide, number 160, two-inch pitch, cotter-constructed American standard roller chain using this procedure. This amount of chain is enough for two Navy standard sliding block drive stations. C.Chins May be coated in sections but all sections shall be treated using this procedure. Procedure: 1.Heat Mobil ARMA 798 (a Mobil Oil Company product) to 140-150 degrees F. In a tank with adequate volume to allow complete immersion of chain sections, heat Mobil ARMA 798 lubricant to a uniform temperature of 140 to 150 degrees F. Stir as required to eliminate any lumps of non-liquid, un-melted grease. 2.Completely immerse chains into hot liquefied Mobil ARMA until up to temperature. If feasible and to save time, preheat chain sections to 140 to 150 degrees F. prior to immersing into hot liquid Mobil ARMA. Otherwise completely immerse ambient temperature chains into hot liquefied Mobil ARMA and allow sufficient soak time until chain temperature equals oil temperature of 140 to 150 degrees F. Correct temperature equalization point is achieved when entire length of chain is hoisted completely out of the tank and hot liquefied Mobil ARMA is observed running off with no solid, un-melted grease remaining on any chain surface. 3.Soak chains an additional thirty minutes, flexing the chain at least three times. When the liquefied lubricant and chain have equalized at the desired temperature, continue to soak for a period of thirty minutes. Flex the chain to ensure thorough lubricant penetration by hoisting one end until the other end is lifted completely off the bottom of the tank, and then lowering back down. Perform at five, fifteen, and twenty-five minutes. This is required to remove air bubbles and fully impregnate the Mobil ARMA under the rollers. 4.Remove heat; allow Mobil ARMA and chain to cool to 120 to 130 degrees F. Upon completion of the 30 minute soak and flex period, remove heat source to allow the lubricant and completely immersed chain to cool down together until a uniform solid coating of lubricant approximately 1/16 to 1/8 inch thick has formed on all external surfaces of the chain. This will be achieved at a chain and lubricant temperature of 120 to 130 degrees F. Periodically hoist the entire chain out of the lubricant to observe the gradual transition from complete liquid runoff to an increasing buildup of solidified grease. This step is required to prevent all the Mobil ARMA from draining off the chain when the chain is removed from the bath. No additional top coating of the chain should be necessary except for minor touch-up of any surface disturbed during assembly and installation of the chain. 5.Remove chain sections from bath The requested delivery date for the above items is 1 February 2009. Delivery address zip code is 23185. 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). 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: 52.219-28 Post-Award Small Business Program Representation. 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and 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 additional clauses apply: 52.215-5 Facsimile Proposals: (757) 443-5979. 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 31 Dec 08 @0900 A.M. Offers can be emailed to susan.kreider@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b044168081027d63b9659c004b110d22&tab=core&_cview=1)
 
Record
SN01722056-W 20081221/081219215322-b044168081027d63b9659c004b110d22 (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.