Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

20 -- USNS ERICSSON - SOR FOR MAIN ENGINE INSPECTION AND FUEL CAM REPLACEMENT

Notice Date
4/21/2009
 
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-5373
 
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
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-5373, 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. 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.References: a.NAVSEA Tech. Manual No. T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures (available aboard vessel) b.SEMT Service Bulletin No. BS480436, dated 11/10/94, Running-In Engine. (available aboard vessel) 2.Statement of Work: The following is a summary of the work to be performed by the OEM Technical Representative during the inspection of the port main engine with labor assists from either ship’s force and/or industrial facility. 2.1Crankshaft Deflection Readings a. Take and record “cold” crankshaft deflection readings both prior to and after completion of repairs in accordance with section 6-90 of reference (a) 2.2Intake and Exhaust Valve Clearances a. Check and adjust the tappet clearance of the forty (40) each intake and exhaust valves in accordance with section 6-58 of Ref. (a) b. Tappet clearance (cold) for both intake and exhaust valves is.045” (1.15mm). 2.3Fuel Injectors a. Conduct inspection of fuel injectors and replace injector nozzle tips as necessary. Test, calibrate and adjust the spray pattern and operating pressure of all four (4) installed fuel injectors in accordance with sections 6-32.1 through 6-32.4 of Ref. (a). Injector replacement is available onboard if replacement is required. b. All checks of the injectors are to be carried out on a calibrated test stand using clean and filtered fuel oil. 2.4Exhaust Valves a. Accomplish removal, disassembly, shop inspection, cleaning, reconditioning, repair and hydro testing of eight (8) exhaust valves and cages in accordance with sections 6-59.1 through 6-59.5 of Ref. (a). Exhaust valve replacement is available onboard if replacement is required. b. Reassemble and reinstall all exhaust valves and cages in accordance with sections 6-59.7 through 6-59.10 of Ref. (a). 2.5Air Starting Valves a. Accomplish removal, disassembly, cleaning, shop inspection and repair of four (4) air starting valves in accordance with sections 6-61.1 through 6-61.3 of Ref. (a). Replacement air start valve is available onboard if replacement is required. b. Reassemble and reinstall the air starting valves in accordance with sections 6-61.4 and 6-61.5 of Ref. (a). 2.6Cylinder Heads and Liners a. Accomplish removal, disassembly, cleaning, shop inspection and repair of four (4) cylinder heads, as follows: Port A1, A4, B3, B4. Government will ship removed cylinder heads and liners to designated repair facility for refurbishment. OEM Techrep will utilize GFM provided cylinder heads and liners for re-installation. 2.7Piston and conrod assemblies a. Accomplish removal, disassembly, cleaning, onboard inspection and repair of four (4) piston/conrod assemblies as follows: Port A1, A4, B3, B4. b. Take piston and bearing wear measurements. Re-fit piston with new rings and o-rings upon reassembly. c. Replace with new, lower con-rod bearings upon reassembly. 2.8Timing Gear a. Accomplish a visual inspection of the timing and barring gears in accordance with sections 6-46 through 6-48.3 of Ref. (a). b. Measure backlash of the timing and barring gears in accordance with sections 6-49 through 6-50.3 of Ref. (a). 2.9Cam Follower/Camshaft Timing Gear a. Accomplish visual inspection of all camshaft gears, cams and cam rollers in accordance with sections 6-52.2 and 6-79 of Ref. (a). 2.10Safety Valves a. Accomplish removal, disassembly, cleaning, shop inspection and repair of four (4) cylinder safety valves in accordance with sections 6-62.1 through 6-62.3 of Ref. (a). b. Reassemble and reinstall all safety valves in accordance with sections 6-62.4 and 6-62.5 of Ref. (a). 2.11Thrust Bearing a. Measure and record engine thrust bearing clearance in the presence of the Chief Engineer, Port Engineer, and the manufacturer’s technical representative. 2.12Crankcase Door Gaskets a. Remove and replace all twenty (20) crankcase inspection door gaskets. b. Thoroughly clean gasket seating surfaces removing all traces of old adhesives prior to installing new gaskets. 2.13Fuel Cam Replacement 2.13.1OEM technical representative to perform initial inspection of the fuel cam on the port main engine to check if there is an additional fuel cam requiring replacement. Provide condition report to the Chief Engineer and MSC Port Engineer. Additional cam replacement shall be covered by a change order. 2.13.2Provide material exclusion device (i.e. fire retardant drop cloth) to the location of the fuel cam A1 to ensure that no metal particles will enter any portion of the main engine. Material exclusion device or isolation covering will be inspected by the Chief Engineer, MSC Port Engineer and OEM technical representative prior to continuing work. 2.13.3Remove/Cut existing fuel cam A1 under the supervision of the OEM technical representative. Ensure that a fully qualified machinist perform this evolution due to the critical nature of the cutting procedure. Upon completion of removal, clean the areas thoroughly and perform visual inspection. 2.13.4Obtain measurement on the fuel cam shaft to ensure that the shaft diameter and clearances are within the tolerances of the manufacturer’s design specification and in accordance with reference 2.1.1. 2.13.5If measurement and clearances does not meet the required tolerances and specifications, perform approved repair procedure as directed by the OEM technical representative. Contractor shall provide all the materials necessary to effect any repairs on the fuel cam shaft. Any repair shall be documented and final measurement shall be recorded and will be included on the service report issued by the OEM technical representative. 2.13.6Install new split type fuel cam under the supervision of OEM technical representative. Return port main engine to normal configuration in preparation for operational testing. 2.13.7Accomplish an operational test of the port main engines at full load during the scheduled dock trial if applicable or during the scheduled sea trial. Monitor and record all applicable pressures and temperatures. Identify and repair any loose or leaking joints, components or fittings. 2.14Inspection/Test: 2.14.1Accomplish an operational test and break-in of the main engines for a minimum of eight (8) hours during the scheduled dock trial and thirty six (36) hours during the scheduled sea trial. Engine break in shall be accomplished in accordance with reference 2.1.2. Monitor and record all applicable pressures and temperatures. Identify and repair any loose or leaking joints, components or fittings. 3. VESSEL AVAILABILITY: 29 JUNE 2009 TO 01 AUGUST 2009 4. VESSEL LOCATION: MSFSC SSU GUAM 5. PERIOD OF PERFORMANCE: 29 JUNE 2009 TO 29 AUGUST 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=e2b039326ba45cd7b41002925e2bcbb6&tab=core&_cview=1)
 
Place of Performance
Address: BLDG 6060, NAVAL STATION, SANTA RITA, SSU GUAM, Non-U.S., 96915, United States
Zip Code: 96915
 
Record
SN01798647-W 20090423/090421221826-e2b039326ba45cd7b41002925e2bcbb6 (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.