Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

20 -- USNS ERICSSON - OVERHAUL #1 AC COMPRESSOR

Notice Date
4/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-5367
 
Archive Date
5/15/2009
 
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
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-5367, 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 811310 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the USNS Ericsson for the following: 1.0 ABSTRACT 1.1 This item describes the requirements to provide an OEM’s Authorized Manufacturer’s Representative to provide repair parts, repair and Operationally Test the ships No. 1 Air Conditioning (AC) compressor and associated equipment. 2.0 REFERENCES/ENCLOSURES 2.1 REFERENCES 2.1.1 Technical Manual, Air Conditioning-Chilled Water-Heating and Refrigeration Units. NAVSEA T6230-AS-MMC-010 (Available onboard ship) 2.2 ENCLOSURES: None 3.0 ITEM LOCATION/DESCRIPTION 3.1LOCATION/QTY 3.1.1 LOCATION - Engine Room, Fr. 2-63-2 3.1.2 QTY – One (1) Air Conditioning Compressor 3.2 DESCRIPTION 3.2.1 Quarters Area Packaged Water Chilling - Unit, reciprocating, single acting, direct motor driven unit. Condenser, receiver, and heat exchanger mounted on a common base, complete with pressure and temperature control switches, and "King" solenoid valve. 3.2.1.1 Mfr.: Carrier Air Conditioning Co. Syracuse, NY Single System Charge: 283 lb. Refrigerant (R-134A) Compressor:Model: 5MH126-452 Capacity: 75 Tons at 32.4 deg F saturated suction and 110 deg F condensing temperature. No. of cylinders: 12 Bore: 3-1/4" Stroke: 3-7/8" Speed: 1750 rpm Motor:HP: 100 Volt: 440 VAC Phase: 60 cycle Speed: 1750 rpm Condenser: Model No: 90C01-3274 No. of Tubes: 100 Tube Size: 3/4" OD x.035" Wall Effective Cooling Surface: 537 Sq. Ft Cooling Water Quantity: 280 GPM Receiver:Assembly No: 90C01-6253 Shell Dia: 10-3/4" OD Overall Length: 98" Mounting: Horizontal Capacity: 283 lb. Refrigerant (R-134A) Heat Interchanger: Assembly No: 90C01-1064 Shell Dia: 8-5/8" OD Overall Length: 31-15/16" Connections: 1-5/8" I.D. Liquid 4-1/8" I.D. Suction Compressor Control Switches (CARRIER) High Pressure Cut Out: HK02UA300B Low Pressure Cut Out: HK02UB050B Oil Pressure Safety: 90C01-1061-46 Water Pressure Failure: 90C01-4962 Temperature Control Switches Operating thermostat Mfg.: Detroit Carrier P/N: 90C01-6842-1 Model: 400 Range: +25 deg to +90 deg F Differential: 1.5 to 2 deg F Low Limit thermostat Mfg.: Detroit P/N: 2506568RL Range: 10 to 60 deg F Water Regulating Valve Carrier P/N: 90c01-3113 Water connections: 3" ANSI flanged 3.2.1.1.1 Required Material to be provided by the Government 4 EA.HAND HOLE COVER GASKET5H40 1042 P12 1 EA.BEARING, CENTER 5H80 1242 1 EA.SHAFT SEAL ASSEMBLY5H120 732 1 EA.MAIN BEARING6L80 2172 1 EA.PLUG GASKETAU51YA011 P12 1 EA.CONTROL OIL STRAINER5H120 3301 1 EA.CHAMBER COVER GASKET 5H120 3341 P12 1 EA.CAP/SCRW GASKET SURGE CHAMBERAU41YA005 P12 1 EA.HYDRAULIC RELAY GASKET 5H120 3351 P12 1 EA.OIL PUMP PACKAGE 5H120 A773 1 EA.CAPACITY CONTROL VALVE5H40 2201 P12 GASKET INNER 1 EA.CAPACITY CONTROL VALVE5H40 1411 P12 GASKET OUTER 1 EA.CENTER BEARING5H120 1242 1 EA.HOUSING GASKET5H120 4482 1 EA.OIL FILTER PACKAGE 5H120 351 4 EA.SUCTION MANIFOLD GASKET 5H120 4462 1 EA.MAIN BEARING SEAL END 5H40 1012 8 EA.CYLINDER GASKET BOTTOM 5H40 1711 P12 8 EA.CYLINDER GASKET TOP 5H40 1701 P12 8 EAUNLOADER BRACKET GASKET 5H40 1451 8 EAPISTON RING PACKAGE 5H46 481 1 EAVALVE PLATE PACKAGE5H46 120A 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 GOVERNMENT FURNISHED EQUIPMENT - None 4.2 GOVERNMENT FURNISHED MATERIAL 4.2.1 Compressor oil and Parts listed on paragraph 3.2.1.1.1. 4.3 GOVERNMENT FURNISHED SERVICES – None 5.0 NOTES: 5.1 All work and repair parts procured as stipulated in this Service Order Request, shall be accomplished by an OEM’s Authorized Manufacturer’s Representative. 6.0 QUALITY ASSURANCE: None additional 7.0 STATEMENT OF WORK REQUIRED 7.1 Ensure that all pertinent machinery, valves and circuit breakers are Secured and “Tagged” IAW MSC Procedures before commencing with this Work Item. 7.2 Pump down the system and remove refrigerant (R-134A) for reuse. 7.3 Drain the cooling waterside of the condenser. 7.3.1 Remove the condenser inlet and outlet water chest heads. 7.3.2 Mechanically clean condenser tubes, using rotating soft, flexible brass or nylon bristle tube cleaning brushes. Flush water through tubes during cleaning. Take care not to destroy the thin protective film of corrosion resistant products on the inner surfaces of tubes. 7.3.3 Pressure Test the condenser shell IAW the requirements of Ref. 2.1.1. Inspect with a halide torch or an electronic type leak detector for tube leaks. Submit an "As Found" Condition Report. 7.3.3.1 Include in Price Quote the cost to re-roll (20) leaking tubes. 7.3.4 Clean the condenser heads and tube sheet mating surfaces. 7.3.5 Reinstall condenser heads using proper gaskets. 7.3.6 Re-connect water lines utilizing proper gaskets and flush the condenser to remove any sediment. 7.3.7 Conduct a hydrostatic test with fresh water on the tube side of the condenser IAW the requirements of Ref. 2.1.1. Install temporary bolting to secure the tube sheets to the condenser shells after the removal of the inlet and outlet and return ends of the condensers to prevent separation under Freon pressure tests. 7.4 Remove from ship to shop (1) condenser Water Regulating valve. 7.4.1 Disassemble, clean and inspect all parts. Submit an "As Found" Condition Report. Repair as required. 7.4.2 Reassemble the Water Regulating Valve and Hydro Test to l50 Psig. 7.4.3 Reinstall the Water Regulating valve in its parent location using CRES fasteners. 7.5 Disassemble the Thermal Expansion Valve. 7.5.1 Clean and inspect all parts. Submit an "As Found" Condition Report”. Replace parts as required. 7.5.2 Reassemble and reinstall. 7.6 Disassemble each solenoid valve. 7.6.1 Clean and inspect all parts. Submit an "As Found" Condition Report. 7.6.2 Reassemble and reinstall each solenoid valve. 7.7 Uncouple the No. 3 Air Conditioning Compressor from its drive motor. Note: Accomplish the below listed work either onboard or in a Repair Shop. If the compressor is conveyed to a repair shop install temporary blanks on the suction and discharge valve flange’s where disconnected from each compressor. 7.7.1 Drain and discard the compressor's crankcase oil. 7.7.2 Disassemble each compressor IAW Ref. 2.1.1. Clean all components and inspect for damage. Take and record all measurements utilizing Table 5.4 of Ref. 2.1.1 for guidance, in a format which will provide comparison data based on the dimensional data shown in the table. Specify the serial number of the compressor being inspected. 7.7.2.1 Submit an "As Found" Condition Report. 7.7.3 Furnish material as described in Par. 3.2.1.1.1 and utilize in rebuilding the No. 1 AC Compressor. 7.7.4 Reassemble/reinstall No. 1 AC Compressor in its parent location using new coupling assembly. 7.7.5 In the presence of the MSCREP and the Chief Engineer prove proper alignment between the compressor and motor - to within.003” IAW Ref. 2.1. Alignment to be accomplished using dial indicators. Drill, ream and install stainless steel taper pins to lock alignment. Contractor estimate shall provide for reshimming the compressor. 7.8 Evacuate and dehydrate the entire refrigerant piping systems using a vacuum pump which will produce at least.2" Hg absolute. 7.8.1 Furnish and install new dryer cartridges in the Air Conditioning Unit. 7.9 Charge the complete Air Conditioning Plant with the refrigerant (R-134A) removed under Par. 7.2 and refill No. 1 AC Compressor using oil as designated in Par. 4.2.1. 7.10 After completion of all work, replace insulation and lagging, including removable pads, on piping and components removed or disturbed in this item. 7.11 In the presence of the MSCREP and the Chief Engineer adjust and set (IAW Ref. 2.1.1) all Temperature, Pressure and Safety Cut-Out Switches. 7.11.1 Accomplish a pressure and leak test IAW Ref. 2.1.1 on the entire refrigerant piping systems using refrigerant R-134A and dry nitrogen. Test high pressure side IAW Ref. 2.1.1. Test for leaks with an electronic or halide leak detector. Prior to test remove rupture or bursting discs and blank openings. Upon completion of test replace discs. 7.12 Conduct a pull-down operational test of No. 1 Air Conditioning Compressor and associated auxiliary components. Take and record temperature and pressure readings to ensure that all components are operating properly. 7.12.1 Conduct a full and complete 48 Hr. Operational Test of the No. 1 Air Conditioning Compressor and associated auxiliary components. 7.13 Prep, prime and paint all new and disturbed areas to match surrounding. 7.14 Manufacturer’s Representative 7.14.1 OEM Technical Representative per Par. 5.2. 7.15 Preparation of Drawings: None 8.0GENERAL REQUIREMENTS: None Additional 3. VESSEL AVAILABILITY: 29 JUNE 2009 TO 29 JULY 2009 4. VESSEL LOCATION: AGANA, GUAM 5. PERIOD OF PERFORMANCE: 29 JUNE 2009 TO 29 JULY 2009 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 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) 443-5982. 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 30 April 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=a2c538fc075d06347ac31929258545da&tab=core&_cview=1)
 
Place of Performance
Address: BLDG 6060 NAVAL STATION, SANTA RITA, GUAM, Non-U.S., 96915, United States
Zip Code: 96915
 
Record
SN01797541-W 20090422/090420222443-a2c538fc075d06347ac31929258545da (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.