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 REPAIR OF MAIN PROPULSION SHAFT BRAKE

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-5369
 
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-5368, 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: 1.0ABSTRACT 1.1This item describes the requirement for the OEM Field Service Engineer to disassemble the Port and Starboard Propulsion Shaft Brakes for inspection/overhaul. Labor assist will be provided by the industrial facility contracted by the government. 2.0REFERENCES: 2.1NAVSEA Tech Manual No.: T9243-AJ-MMC-010 - Main Propulsion Shaft Brake. (Available on board). 3.0ITEM LOCATION / DESCRIPTION 3.1Location/Quantity 3.1.1Location: Lower Engine Room 3.1.2Quantity: Two (2) Propulsion Shaft Brakes 3.2Item Description/Manufacturer's Data 3.2.1Item Description: 3.2.1.1Main Propulsion Shaft Brake, Model: Dual 51VC1600 3.2.2Manufacturer's Data: 3.2.2.1Eaton Corporation AirFlex Division, Cleveland, OH 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES/INFORMATION 4.1Government Furnished Equipment (GFE): None 4.2Government Furnished Material (GFM): 4.2.1 51VC1600 Dual Element Assembly DescriptionPart #Qty 90 Degree Elbow000078X00114 Locknut000110X003948 Locknut000110X0059128 Split Butt End Tube5135654 Snap Ring000190X008316 1” Quick Release Valve146506CA4 Hose for QRV000250X00204 Torque Bar (304214-use kit 146500AT)146500AT4 Friction Shoe Assembly50774772 Release Springs (304215-use kit 146500BV)146500BV4 4.3Government Furnished Services (GFS): Labor assist from industrial facility. 4.4Government Furnished Information (GFI): None 5.0NOTES 5.1Contractor shall commence work on this item only when directed by the MSCREP. 5.2Contractor shall work on one (1) propulsion shaft brake at any one time. 6.0QUALITY ASSURANCE REQUIREMENTS 6.1All work shall be carried out in accordance with Reference 2.1 and as directed by Manufacturer’s technical representative. 7.0STATEMENT OF WORK 7.1Arrangement And Outfitting 7.1.1Remove interference, as required, to facilitate inspection of propulsion shaft brakes. Upon completion of all work, re-assemble propulsion shaft brakes as original. 7.1.2Disconnect all pneumatic lines to the clutch and seal open pipe ends. Upon completion of inspection, reconnect all pneumatic lines using new contractor furnished seals and gaskets. 7.1.3Upon completion of all work, contractor shall clean the surrounding work area removing all debris and waste generated as result of this work item. 7.2Mechanical/Fluid 7.2.1Remove the outboard element to facilitate inspection of the propulsion shaft brakes. Replace parts with new parts provided as Government Furnished Material on paragraph 4.2.1. 7.2.2Inspect friction linings and drum surfaces at the outboard element. Prior to removal, ensure that the side plate is correctly marked relative to the rim. Pull the side plate from the rim and let it rest on the propeller shaft. 7.2.4Remove friction shoe assembly, as directed by the OEM Tech Rep., to facilitate inspection of the drum surface, linings, and tube. 7.2.5Inspect drum brake friction surface for wear, grooving, and grease and/or oil contamination. If necessary, skim cut to within the acceptable tolerance specification stipulated on reference 2.1 7.2.6Inspect friction lining surface for surface glazing and grease/oil contamination. Clean and remove any sign of glazing and other contaminants present. 7.2.7Inspect linings for wear. Perform repairs to return to within the designed specification per reference 2.1. 7.2.8Inspect the tube for bubbling, air leaks, laminations/ply separation, grease/oil contamination, and material condition of the tube. Replace tube as provided by GFM. 7.2.9Inspect/replace release springs. 7.3Inspection/Test 7.3.1Prior to test running the Main Engines engage and disengage the shaft brake to assure proper operation of the system. 7.3.2During Dock Trials test operate the propulsion shaft brakes in accordance with Reference 2.1. Prove satisfactory operation of the propulsion shaft brakes by engaging the brake while propeller shaft is turning at 20 RPM or less and the propeller is set at zero pitch. 7.3.3During sea trials, repeat the test requirements as delineated by Paragraph 7.3.2. In addition, prove satisfactory operation that the shaft brake will keep the propeller shaft from turning. 7.3.4All inspections and testing shall be carried out to the satisfaction and in the presence of the Chief Engineer, MSCREP, and regulatory body inspector. 7.4Painting 7.4.1Scale and wire brush to bare metal all new and disturbed surfaces. Prime and paint using two (2) coats of primer and two (2) coats of finish paint to match surrounding areas. 7.5Manufacturer's Representative: 7.5.1The OEM technical representative shall provide supervision on all work associated with this specification. 8.0GENERAL REQUIREMENTS 8.1Contractor shall submit a typewritten “as found” condition report to the MSCREP denoting conditions found and recommended corrective action. 9. VESSEL AVAILABILITY: 29 JUNE 2009 TO 29 JUL 2009 10. VESSEL LOCATION: MSFSU SSU GUAM 11. 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=8a7bb95391e90e3c3371e67af7e90d8a&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
SN01798649-W 20090423/090421221829-8a7bb95391e90e3c3371e67af7e90d8a (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.