Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
MODIFICATION

20 -- Propulsion Motor Bearing Renewals - Amendment 3

Notice Date
9/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-09-RQ-1299
 
Archive Date
9/25/2009
 
Point of Contact
Robin Resweber, Phone: 757-441-3182, Christine Jeffries, Phone: 757-441-6894
 
E-Mail Address
robin.resweber@noaa.gov, christine.jeffries@noaa.gov
(robin.resweber@noaa.gov, christine.jeffries@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment to extend response due date. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133M-09-RQ-1299. The U.S. Dept of Commerce, NOAA Ship Ronald H. Brown, 1050 Register Street, Charleston, SC has a requirement for propulsion motor bearing renewals in accordance with the following Statement of Work: NOAA Ship RONALD H. BROWN Propulsion Motor Bearing Renewals l.0 ABSTRACT 1.1 This item describes the requirement to renew the driven end and commutator end bearings for the port main propulsion motor and the starboard driven end bearing. 2.0 REFERENCES: 2.1 Technical Manual RB300-8, Electrical, Propulsion, & Central Machinery Control System. 2.2 Mounting, Maintenance, and Lubrication Instructions for Curved tooth Couplings. TACKE (RENK) Model LBGk, size 160). 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location: Propulsion Motor Room (2-110-0). 3.2 Motors: Manufacturer: GE Model: 5CD696SA800A801 HP: 3000 Shaft OD = 7.88" in way of bearing 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Three (3) each ball bearings, GE Part No. 894A605-031 (bearing number 6240 C3) 5.0 NOTES: 5.1 Renewal of these bearings will not require the removal of the armatures from the motors. 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 The Port Engineer is witness final bearing and coupling placement on the shaft and the final packing of the bearing housings and shaft couplings with grease. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Provide all labor, material, equipment, tools, staging, shop facilities, crane service, transportation, required to accomplish work in this item. Stage/unstage, rig/unrig, make all temporary removals and restoration of interferences, required to accomplish work in this item. 7.2 Accomplish the following requirements for the port and starboard propulsion motors. Both the driven end and free end bearings are to renewed on the port motor. Only the driven end bearing is to be renewed on the starboard. 7.3 Temporarily loosen brush springs 7.4 Temporarily disconnect the bearing housing RTD wires. 7.5 Temporarily remove the intermediate floating shaft between the Z drive upper gear boxes and the propulsion motors. Note that there is a shaft brake disk installed on one end of the floating shaft that will also need to be temporarily removed. 7.6 Remove the motor drive hydraulic coupling hubs. Refer to Reference 2.2 for guidance. Heat is NOT to be used to remove the coupling. It is to be removed hydraulically. 7.7 Support the shafts with slings or other suitable means while bearings are being replaced. Place rubber or gasket material between the armature and the bottom field windings in the event of accidental contact. 7.8 Remove the old bearings and install new GFM bearings using pages 21-22 of Reference 2.1 for guidance. 7.9 Grease bearings in the presence of chief engineer using Reference 2.1 for guidance. Grease to be supplied by ship. 7.10 Reinstall the coupling, floating shaft, and brake assembly. Note that coupling may be reinstalled by heating in oven or bearing heater and pressing on. 7.11 Lubricate curved tooth couplings in accordance with Reference 2.2, Sect. 2. 7.12 Reinstall/tighten commutator brushes, reconnect RTD wiring. 7.13 Conduct operational test while ship is alongside with assistance from ship's force. Delivery is required F.O.B. Destination to NOAA Ship Ronald H. Brown, 1050 Register Street, Charleston, SC during the period September 19, 2009 through October 2, 2009. This procurement is 100% Set-Aside for Small Business. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. Quotes must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 3:00 P.M. September 10, 2009; any award resulting from this RFQ will be made based on price and meeting required delivery date. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Resweber@noaa.gov. Inquiries will only be accepted via email to Robin.Resweber@noaa.gov. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is 1990 and the NAICS Code is 336611, small business size standard is 1,000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) applies. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (JUN 2009) -- Offerors must include a completed copy of its provision with their offer or complete only paragraph (b) of the provision if the offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website; the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2009) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (8), (18), (19), (20), (21), (22) (31), (34) and (39). The following additional terms and conditions apply and are incorporated by reference: 1352.217-90 INSPECTION AND MANNER OF DOING WORK (JAN 1987) 1352.217-92 PERFORMANCE (JAN 1987) 1352.217-93 DELAYS (JAN 1987) 1352.217-94 MINIMIZATION OF DELAY DUE TO GOVERNMENT FURNISHED PROPERTY (JAN 1987) 1352.217-95 ADDITIONAL PROVISIONS RELATING TO GOVERNMENT PROPERTY (JAN 1987) 1352.217-96 LIABILITY AND INSURANCE (JAN 1987) 1352.217-97 TITLE (JAN 1987) 1352.217-98 DISCHARGE OF LIENS (JAN 1987) 1352.217-99 DEPARTMENT OF LABOR OCCUPATIONAL SAFETY & HEALTH STANDARDS FOR SHIP REPAIRING (JAN 1987) 1352.217-100 REGULATIONS GOVERNING ASBESTOS WORK (JAN 1987) 1352.217-101 COMPLETE AND FINAL EQUITABLE ADJUSTMENTS (JAN 1987) 1352.217-102 GOVERNMENT REVIEW, COMMENT, ACCEPTANCE, AND APPROVAL (JAN 1987) 1352.217-103 ACCESS TO THE VESSELS (JAN 1987) 1352.217-107 CHANGES--SHIP REPAIR (JAN 1987) 1352.217-108 DEFAULT--SHIP REPAIR (JAN 1987) 1352.217-110 GUARANTEES (JAN 1987) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 1352.233-70 HARMLESS FROM LIABILITY (MAR 2000) 1352.209-73 COMPLIANCE WITH THE LAWS (MARCH 2000) The following clause is provided in full text: 1352.201-71 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (FEB 2005) a. Jamie LaCompte is hereby designated as the Contracting Officer's Technical Representative (COTR). The COTR may be changed at any time by the Government without prior notice to the Contractor by a unilateral modification to the Contract. The COTR is located at: 1050 Register Street, Charleston, NC 98102. b. The responsibilities and limitations of the COTR are as follows: (1) The COTR is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all reports, and such other responsibilities as may be specified in the contract. (2) The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the Contract price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer (CO). The CO may designate assistant or alternate COTR(s) to act for the COTR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the Contractor. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-09-RQ-1299/listing.html)
 
Place of Performance
Address: 1050 Resgister Street, Charleston, South Carolina, 29405, United States
Zip Code: 29405
 
Record
SN01945433-W 20090910/090909084624-cef86b8bb98fc7352e4378df05a48b67 (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.