Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

20 -- USNS ERICSSON - SOR Port Main Engine Inspection (ABS)

Notice Date
2/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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-5233
 
Archive Date
3/6/2009
 
Point of Contact
Cheryl Somers,, Phone: 7574435921, Diane C. Krueger,, Phone: 757 443 5879
 
E-Mail Address
cheryl.somers@navy.mil, diane.krueger@navy.mil
 
Small Business Set-Aside
N/A
 
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 -5233, 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 2005-29. NAICS 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a Small Business Set Aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA. intends to award a firm fixed price purchase order for the USNS Ericsson for the following service order. Original equipment manufacturer (OEM) parts are required for this service. Any offer for other than OEM parts will not be considered: 1.0ABSTRACT: Overhaul four (4) Pielstick Model PC4.2 cylinder heads and four (4) cylinder liners in accordance with PC 4.2 Pielstick original equipment manufacturer (OEM) recommended methods and procedures. 2.0REFERENCES 2.1NAVSEA Technical Manual T9233-AM-MMC-010 3.0ITEM LOCATION/DESCRIPTION: 3.1Location/Quantity: 3.1Quantity: four (4) cylinder head with air start and relief valves and four (4) cylinder liners. 3.2Description: Manufacturer; Colt Industries, Pielstick model PC 4.2. 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES/INFO: None 5.0NOTES:None 6.0QUALITY ASSURANCE REQUIREMENTS 6.1Parts shall be Original Equipment Manufacturer’s (OEM) parts only from SEMT or Colt-Pielstick. 7.0STATEMENT OF WORK REQUIRED 7.1MSC BATS Warehouse in San Diego will ship four (4) cylinder heads and four (4) cylinder liners to OEM Service provider. 7.2The Contractor shall perform all work in accordance with PC 4.2 Pielstick original equipment manufacturer (OEM) recommended methods and procedures. The Contractor must have recent experience in the overhaul of at least four PC4.2 main engine heads in the past 12 months. 7.3FOR CYLINDER HEADS: 7.3.1Record the serial number on the heads, and completely disassemble the heads ancillary components. Degrease the exterior of the heads. Chemically clean the internal passageways. If bore scope inspection reveals appreciable scale, de scale the cooling water gallery in the cylinder heads by forced circulation of the descaling agent. Repeat the process as many times as necessary to clean the heads. After de-scaling, circulate a 2% to 3% solution of washing soda to neutralize the de-scaling agent. 7.3.2Hydro / NDT (dye penetrant) test cylinder heads and exhaust valve cages to prove tightness. Test the cylinder heads relief, air start valves, and air cocks. Testing shall be conducted in the presence of a representative of the American Bureau of Shipping. Contractor is responsible for making these arrangements and is to include the price of surveyor visits and reports in the overall price of reconditioning the heads. Furnish the MSC Representative with the original and 3 copies of all ABS reports. 7.3.3Remove the air start valves, safety valves, and indicator valves, disassemble and provide an “as found” Condition report, clean inspect, and reinstall. 7.3.4After disassembly and inspection of the cylinder heads list any additional parts which require replacement that are not identified in the Contractor Furnished material listed below in a Condition Report. The cost of these additional parts will be covered in a Contract Modification. 7.3.5Hydro the cylinder heads and exhaust valve cages to prove tightness. Procure the Services of an American Bureau of Shipping Surveyor to witness the hydro tests. 7.3.6Recondition the gasket seat on the cylinder heads. Disassemble and reassemble the cylinder heads in way of work NOTE 1:Do not attempt to grind the cylinder head seat deeper than 0.019 inch (5 mm). NOTE 2:Reassemble the cylinder heads using new Contractor Furnished Material, the material listed is the material required for 1 cylinder head only, refer to Assembly 10. Supply the parts required for 10 cylinder head. 7.3.7Install new gasket, PC Nr 3, P/N 00.686.0762.11, Qty 5 each, or P/N T400149. 7.3.8Install new Gasket, PC Nr. 5, P/N 00.689.0762.11, Qty 4 each or P/N TP400153N 7.3.9Install new Gasket, PC Nr. 7, P/N 04.010.0077.00, Qty 5 each, or P/N T425652. 7.3.10Install new Gasket, PC Nr. 15, P/N 04.010.0015.00, Qty 1 each, or P/N T433291. 7.4 Recondition exhaust valve cages: NOTE 1: Reassemble and install the exhaust valves using new Contractor Furnished Material, the material listed is the material required for 1 cylinder head only, refer to Assembly 15. Supply the parts required for 10 cylinder head. 7.4.1Install new bushings, PC Nr 3, P/N 04 015 013200 Qty 2 each, or P/N T31-7174 7.4.2Install new Stem Seal Rings, PC Nr. 19, P/N 04 015 020700, Qty 6 each, or P/N T444764 7.4.3Install new Upper Guides, PC Nr. 2, P/N 04 015 021800, Qty 2 each, or P/N T31629 7.4.4Coat exhaust valves with clean engine lubricating oil and install in valve cage. 7.4.5Install new O-rings, PC Nr. 12, P/N 00 652 697068, Qty 2 each, PC Nr. 13, P/N 00 652 243568, Qty 8 each or P/N 0N65224.35.68 7.4.6Install new Housing ring PC Nr 18, P/N 04 015 020800, Qty 6 each or P/N T444763 7.4.7Install new exhaust valves, PC Nr. 4, P/N 04 415 800600, QTY 2 each, or P/N T017737 7.9.8Install new SEMT valve rotators on the exhaust valves, Qty 2 each P/N 04015003600 NOTE: Install original water connection, valve cages, and springs. 7.5Reassemble and install the inlet valves using new Contractor Furnished Material, the material listed is the material required for 1 cylinder head only, refer to Assembly 14. Supply the parts required for 10 cylinder head. 7.5.1Install new bushings, PC Nr 3, P/N 04 014 001000, Qty 4 each, or P/N T447181 7.5.2 Install new Insert Seats, P/N 04.010.0222.00, Qty 2 each, or Colt Part, the equivalent Colt Part No. is unknown. 7.5.3Install new O-rings, PC Nr. 9, P/N 00 652 405363, Qty 2 each, or P/N 0T65240.53.63 7.5.4Install new inlet valves, PC Nr. 2, P/N 04 014 000800, Qty 2 each, or P/N T212336 7.5.5Install new SEMT valve rotators on the inlet valves, Qty 2 each P/N 04015003600 7.6Counter bore the cylinder heads and install intake valve seat inserts. 7.7Reassemble and install the safety valves using Contractor Furnished Material, the material listed is the material required for 1 cylinder head only, refer to Assembly17. Supply the parts required for 10 cylinder head. 7.7.1Install new O-rings, PC Nr 12, P/N 00 652 365363, Qty 1 each, or P/N ON65236.53.63. 7.7.2Install new O-rings, PC Nr 13, P/N 00 652 435363, Qty 1 each, or P/N ON65243.53.63. 7.7.3Install new Ring joints, PC Nr 14, P/N 00 651 303840, Qty 1 each, or P/N OT65130.38.40 7.8Reassemble and install the air start valve assembly using Contractor Furnished Material, the material listed is the material required for 1 cylinder head only, refer to Assembly 18. Supply the parts required for 10 cylinder head. 7.8.1Install new O-rings, PC Nr 8, P/N 00 652 122663, Qty 1 each, or P/N ON65212.26.63 7.8.2Install new O-rings, PC Nr 9, P/N 00 652 365363, Qty 1 each, or P/N ON65236.53.63 7.8.3Install new O-rings, PC Nr 10, P/N 00 652 435363, Qty 1 each, or P/N ON65243.53.63 7.8.4Install new O-rings, PC Nr 11, P/N 00 652 425 363, Qty 2 each, or P/N ON65242.53.63 7.8.5Install new Joint Rings, PC Nr 12, P/N 00 665325373, Qty 1 each, or P/N OT66532.53.73 7.9Perform a visual inspection of the cylinder head. Perform a hydrotest of the cylinder heads. 7.10CYLINDER LINER REFURBISHMENT: 7.10.1Perform complete inspection of cylinder liner and document any discrepancies noted. 7.10.2Perform complete refurbishment of cylinder liners in accordance with manufacturer’s specification. 7.10Return the overhauled cylinder heads and liners to the MSC BATS warehouse in San Diego. 7.16Paint Requirements: 7.16.1Paint the overhauled cylinder heads with the OEM approved high temperature engine paint (grey). 7.17Testing and Reports: 7.17.1 The Contractor shall provide 3 copies of service reports with copies of the ABS Surveyors’ report for each individual cylinder head and liners, each identified by cylinder head and cylinder liner serial number, to the Port Engineer. 7.17.2 Provide documentation showing the workshop has overhauled four Model PC4.2 cylinder heads within the past year to demonstrate minimum level of experience overhauling Model PC4.2 cylinder heads. 8.0GENERAL REQUIREMENTS: 8.1Location of heads: MSC BATS Warehouse San Diego. 8.2Work Start Date: Approximate shipping date: 08Aug2009 8.3Work Completion Date: Return the overhauled cylinder heads and liners to the MSC BATS Warehouse San Diego no later than 30 August 2009. 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: N/A 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 February 2009 @ 0900 A.M. Offers can be emailed to cheryl.somers@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=9c4ca207270135f3bc9468e4e2b45175&tab=core&_cview=1)
 
Place of Performance
Address: Service Providers Address - Parts for repair to be shipped from MSC BATS WAREHOUSE, San Diego, California, 92123, United States
Zip Code: 92123
 
Record
SN01747104-W 20090211/090209220518-9c4ca207270135f3bc9468e4e2b45175 (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.