Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

J -- USNS ZEUS - SSDG OVERHAUL

Notice Date
1/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
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
N40442-09-T-4012
 
Response Due
1/21/2009 2:00:00 PM
 
Archive Date
2/5/2009
 
Point of Contact
Zamora Olin, Phone: 757 443 5964, Diane C. Krueger,, Phone: 757 443 5879
 
E-Mail Address
zamora.olin@navy.mil, diane.krueger@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS CONSTITUTES AMENDMENT 0001 TO N40442-09-T-4012 The statement of work has been replaced in its entirety. 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-4012, 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 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is not a small business set-aside. Military Sealift Fleet Support Command (MSFSC) intends to award a firm fixed price purchase order to an authorized Electro-Motive Division distributor to overhaul the No. 2 and No. 3. Ship’s Service Diesel Engines onboard the USNS ZEUS (T-ARC 7). A. STATEMENT OF WORK A1. SHIP NAME:USNS ZEUS A2. HULL NUMBER: T-ARC 7 A3. DATE: 11/17/08 A4. VRR NO.: 08-027 A5. PRIORITY: N/A A6. TITLE: #2 & 3 SSDG REPAIRS A7. DEPARTMENT: ENGINE A8. CATEGORY: N/A B1. ABSTRACT: B1.1OVERHAUL #2 AND 3 SHIP SERVICE DIESEL GENERATORS. B2. REFERENCES: TECH MN: T9235-AA-MMO-010 APL..... N66210052 EIC:UNK B3. ITEM LOCATION/DESCRIPTION: B3.1LOCATION: #1 ENGINE ROOM, 7-37-0 #2 ENGINE ROOM, 5-42-0 B3.2SHIP SERVICE DIESEL ENGINE: MFR: ELECTRO MOTIVE DIVISION OF GMC MODEL: EMD20-645-E7BA SERIAL: #2 SSDG 80-K1-1055 #3 SSDG 80-M1-1002 B4. PARTS/MATERIAL REQUIRED: B4.1KTR TO PROVIDE (40 ea.) PREMIUM POWER PACK ASSEMBLIES, ASSOCIATED GASKETS, HARDWARE AND FITTINGS TO ACCOMPLISH POWER PACK REPLACEMENTS OUTLINED IN THIS SERVICE ORDER. B4.2KTR TO PROVIDE ON A UNIT EXCHANGE BASIS ALL LUBE OIL AND SCAVENGING PUMPS, FUEL OIL PUMPS, JACKET WATER PUMPS, INJECTORS, VALVES BRIDGES, AND ALL NECESSARY GASKETS, HARDWARE AND FITTINGS TO REPLACE THOSE CURRENTLY ON THE #2 AND #3 SSDG. B5. NOTES: B5.1COORDINATE WORK SCHEDULE WITH CHIEF ENGINEER AND MSC PORT ENGINEER. B5.2THE KTR SHALL USE THE (20 ea.) POWER PACK ASSEMBLIES CARRIED ON BOARD AS SPARES FOR OVERHAULS. (20 ea.) OF THE POWER PACK ASSEMBLIES MENTIONED IN PARAGRAPH B4.1 SHALL BE PROVIDED AS SPARES TO THE VESSEL TO REPLACE THOSE USED. B5.3COORDINATE ALL WORK WITH THE MSC PORT ENGINEER AND LOCAL ABS AND COAST GUARD INSPECTORS, IN ORDER TO OBTAIN PROPER CREDIT FOR WORK. NOTIFY MSCREP AT LEAST TWENTY-FOUR (24) HOURS PRIOR TO ALL INSPECTIONS AND TESTING TO ARRANGE FOR ABS AND USCG TO BE PRESENT. B5.4ALL WORK IS TO BE COMPLETED IN ACCORDANCE WITH USCG AND ABS REGULATIONS. B5.5ALL WORK SHALL BE COORDINATED WITH OTHER WORK PERFORMED ON AND AROUND THE DIESELS. B5.6ALL PARTS SHALL BE EMD ORIGINAL REPLACEMENT / REMANUFACTURED PARTS. B5.7ALL WORK SHALL BE ACCOMPLISHED BY AN EMD FACTORY AUTHORIZED SERVICE CENTER. B6. QUALITY ASSURANCE REQUIREMENTS: B6.1ALL WORK SHALL BE ACCOMPLISHED TO THE SATISFACTION OF THE CHIEF ENGINEER, MSC PORT ENGINEER, ABS AND COAST GUARD INSPECTORS. B7. STATEMENT OF WORK: B7.1#2 SSDG B7.1.1REMOVE POWER PACKS AND LINER INSERTS FROM THE #2 SHIP SERVICE DIESEL ENGINE. B7.1.2REMOVE ALL ENGINE-DRIVEN PUMPS FROM THE #2 SHIP SERVICE DIESEL ENGINE. B7.1.3CLEAN ALL SURFACES AND INSPECT FOR DAMAGE. CLEAN ALL AREAS AROUND EXHAUST CHAMBERS/MANIFOLDS OF ALL OIL AND DEBRIS. TAKE BACKLASH READINGS ON ALL EXPOSED GEARING. PROVIDE THE MSCREP WITH AN “AS FOUND” CONDITION REPORT DETAILING ANY DAMAGE FOUND, AS WELL AS ANY RECOMMENDED REPAIRS. B7.1.4OPEN 1,3,4,6,7,9,11 AND 12 MAIN BEARING CAPS FOR INSPECTION BY MSCREP AND ABS. ACTUAL BEARINGS TO BE OPENED TO BE DETERMINED BY MSCREP AND ABS. REINSTALL BEARINGS AFTER INSPECTION. B7.1.5INSTALL NEW CYLINDER LINERS, POWER PACK ASSEMBLIES (INCLUDING NEW INJECTORS AND VALVE BRIDGES), AND ALL PUMPS. USE ALL NEW GASKETS, FASTENERS AND FITTINGS IN ACCORDANCE WITH MFG RECOMMENDATIONS. B7.1.6 UPON COMPLETION OF ALL WORK, OPERATE DIESEL TO THE SATISFACTION OF THE MSCREP, CHIEF ENGINEER, AND REGULATORY BODIES. B7.2#3 SSDG B7.2.1REMOVE POWER PACKS AND LINER INSERTS FROM THE #3 SHIP SERVICE DIESEL ENGINE. B7.2.2REMOVE ALL ENGINE-DRIVEN PUMPS FROM THE #3 SHIP SERVICE DIESEL ENGINE. B7.2.3CLEAN ALL SURFACES AND INSPECT FOR DAMAGE. CLEAN ALL AREAS AROUND EXHAUST CHAMBERS/MANIFOLDS OF ALL OIL AND DEBRIS. TAKE BACKLASH READINGS ON ALL EXPOSED GEARING. PROVIDE THE MSCREP WITH AN “AS FOUND” CONDITION REPORT DETAILING ANY DAMAGE FOUND, AS WELL AS ANY RECOMMENDED REPAIRS. B7.2.4OPEN THE #1,3,4,6,7,9,10 AND 12 MAIN BEARING CAPS FOR INSPECTION BY MSCREP AND ABS. ACTUAL BEARINGS TO BE OPENED TO BE DETERMINED BY MSCREP AND ABS. REINSTALL BEARINGS AFTER INSPECTION. B7.2.5INSTALL NEW CYLINDER LINERS, POWER PACK ASSEMBLIES (INCLUDING NEW INJECTORS AND VALVE BRIDGES), AND ALL PUMPS. USE ALL NEW GASKETS, FASTENERS AND FITTINGS IN ACCORDANCE WITH MFG RECOMMENDATIONS. B7.2.6UPON COMPLETION OF ALL WORK, OPERATE DIESEL TO THE SATISFACTION OF THE MSCREP, CHIEF ENGINEER, AND REGULATORY BODIES. B. PERIOD OF PERFORMANCE 26 January 2009 to 06 February 2009 C. LOCATION Norfolk, VA 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; 52.247-34 F.B.O. Destination 252.209-7004 Central Contractor Registration (52.204-7) Alternate A 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.211-7003 Item Identification and Valuation 252.225-7014 Preference for Domestic Specialty Metals Alternative I (Deviation) 252.232-7010 Levies on Contract Payment 252.246-7003 Notification of Potential Safety issues 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government 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, 52.222-35 Equal Opportunity; Special Disabled 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 of the Vietnam Era, and Eligible Veterans 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 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; 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 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, 252.225-7012 Preference for Certain Domestic Commodities 252.225-7014 Preference for Domestic Specialty Metals (Deviation) 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III The following additional clauses apply: 52.203-3 Gratuities 252.247-7024 Notification of Transportation of Supplies by Sea. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/dfars.html TEST PROGRAM FOR COMM ITEMS: Test Programs For Certain Commercial Items: This requirement will be awarded using the procedures under FAR Subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. Quotes shall be requested and a purchase order issued to the successful vendor under FAR 13 procedures; said purchase order procedures shall supersede any other contrary procedures set forth or incorporated by references in this solicitation. EVALUATION –COMMERCIAL ITEMS: (a) Purchase order will be made to that technically acceptable quoter with satisfactory or neutral past performance whose quote, conforming to the solicitation, has offered the lowest evaluated price and is deemed to be responsible. The Government reserves the right to issue a purchase order based upon initial quotes. 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 2:00PM Eastern Time on the 21 January 2009. Offers can be emailed to zamora.olin@navy.mil or faxed to 757-443-5934 Attn: Zamora C. Olin. Reference the solicitation number N40442-09-T-4012 on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ede774e0b59481d01dc5e8a572cf4b3b&tab=core&_cview=1)
 
Record
SN01734927-W 20090122/090121063149-eda97bb0fefbe2011d47bedb84b85c75 (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.