Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2009 FBO #2882
SOLICITATION NOTICE

20 -- USNS Big Horn cylinder head overhaul - Justification and approval

Notice Date
10/13/2009
 
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
N40442-10-T-5026
 
Archive Date
10/29/2009
 
Point of Contact
Jessie Garcia, Phone: 757-443-5967
 
E-Mail Address
jessie.garcia@navy.mil
(jessie.garcia@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and approval 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 N40442-10-T-5026, 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 Sole Source firm fixed price purchase order to FairBanks Morse Engine or Motor Services Hugo Stamp Inc for the following services: 1.0ABSTRACT 1.1Provide the services of a qualified diesel repair machine shop to overhaul seven (7) PC4.2 main engine cylinder heads and cylinder liners. 2.0REFERENCES/ENCLOSURES 2.1References: 2.1.1NAVSEA Tech Man T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine. PC 4-2. 2.2Enclosures: 2.2.1None 3.0ITEM LOCATION/DESCRIPTION 3.1Engine:Manufacturer:Colt-Pielstick 10-Cylinders Model: PC 4.2V 570 3.2Cylinder Heads P/N T56915 3.2.1Quantity: Seven (7) cylinder heads including the following major components: 3.2.2Intake valve assemblies P/N: T52712. 3.3Cylinder Liners Qty (7) 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Exhaust Valves Qty ea times 7 4.1.1O-RingON66269.70.68Qty. (1) /7 4.1.2O-RingON65224.35.68Qty. (2) / 14 4.1.3Housing, RingT444763Qty. (3) / 21 4.1.4RingT444764Qty. (3) / 21 4.1.5BushingT317174Qty. (1) / 7 4.2Air Start Valve Qty ea times 7 4.1.1O- RingON65212.26.63Qty. (1) / 7 4.1.2O- RingON65236.53.63Qty. (1) / 7 4.1.3O- RingON65243.53.63Qty. (1) / 7 4.1.4O- RingON65242.53.63Qty. (2) / 14 4.1.5Ring, QuadOT66532.53.73Qty. (1) / 7 4.1.6Pin, roll 4x40OT23504.040.1Qty. (1) / 7 4.1.7Pin, roll 10x14OT23510.014.1Qty. (1) / 7 4.3Safety Valve Qty ea times 7 4.1.8O-Ring ON65236.53.63Qty. (1) / 7 4.1.9O-RingON65243.53.63Qty. (1) / 7 4.1.10Molykote PasteT99570684102Qty. (8 oz.) 4.1.11Ring, jointOT65130.38.4Qty. (1) / 7 4.1.12SkimT601700Qty. (1) / 7 4.1.13Pin, rollON23508.035.1Qty. (1) / 7 5.0NOTES 5.1The contractor to convey cylinder heads listed in paragraph. 3.0 to the contractors repair facility to and from Detyens Shipyard 5.2Approximate weight of each cylinder head is 3,000lbs. 5.3Performance Period 15 October to 9 December 2009 5.4POC Mark Englar (757) 282-8059 6.0QUALITY ASSURANCE 6.1Contractor shall provide the services of an ABS (American Bureau of Shipping) Surveyor to attend, witness, inspect and certify repairs in accordance with applicable rules and regulations of the classification society. 6.2The Contractor shall submit an as found condition report for each head describing the apparent condition of the head as delivered to the shop. The Contractor shall identify each head using existing serial numbers. 7.0STATEMENT OF WORK 7.1All work to be accomplished by a Manufacturer (SEMT) Authorized Repairs Facility. Provide all labor, material, special tools and equipment to perform the following requirements. 7.1.1Contractor to include cost of shipping to and from repair facility. Contractor to include cost for shipping to and from Detyens Shipyard, Charleston, SC. 7.2Contractor shall take all necessary precautions to protect mating surfaces and machined threads. Ensure that all openings are clear and clean of dirt and debris. 7.3Completely disassemble cylinder heads in accordance with ref. 2.1.1 paragraph 6-56.2c. 7.3.1Exhaust valves, intake valves, air start valves and safety relief valves require removal and overhaul. 7.4 Exhaust Valves: 7.4.1Completely disassemble the exhaust valve assemblies in accordance with paragraph 6.59.1 and 6.59.2 of reference 2.1.1. 7.4.2Clean, inspect, recondition and reassemble exhaust valves in accordance with ref 2.1.1, paragraph 6-59.3 using parts specified in paragraph 4.1. 7.4.3Check flow rate on the exhaust cages in accordance with ref. 2.1.1 paragraph 6.59.4. 7.4.4Hydro and de-scale exhaust valve cages in accordance with ref. 2.1.1 paragraph 6.59.5. 7.4.5Recondition exhaust valves in accordance with ref. 2.1.1 paragraph 6.59.6. 7.4.6Disassemble, clean, inspect and reassemble rotor cap assemblies. 7.4.7Upon completion of all work submit a report with all test data and measurements from each exhaust valve assembly to the MSCREP. 7.5Start Air Valves: 7.5.1The Contractor shall disassemble each Air Start Valve Assembly in accordance with paragraph 6-61.2 of reference 2.1.1. 7.5.2The Contractor shall clean, inspect, and recondition each Air Start Valve Assembly in accordance with paragraph 6-61.3 of reference 2.1.1. 7.5.3The Contractor shall immediately notify the MSCREP of abnormal valve wear or defects. 7.5.4The Contractor shall prepare a written report documenting the following: 7.5.5Contact area between valve seat and valve face was even and centered on seat following Bluing Procedure. 7.5.6The Contractor shall reassemble each Air Start Valve Assembly in accordance with paragraph 6-61.4 of reference 2.1.1 using parts specified in paragraph 4.2 7.6Safety Valve: 7.6.1The Contractor shall test then disassemble each Safety Valve Assembly in accordance with paragraph 6-62.2 of reference 2.1.1. 7.6.2The Contractor shall record the pressures at which each Safety Valve opens and closes when tested in accordance with paragraph 6-62.2.b.(4) of reference 2.1.1. 7.6.3The Contractor shall clean, inspect, and recondition each Safety Valve Assembly in accordance with paragraph 6-62.3 of reference 2.1.1. 7.6.4The Contractor shall immediately notify the MSCREP of abnormal valve wear or defects. 7.6.5The Contractor shall reassemble and test each Safety Valve Assembly in accordance with paragraph 6-62.4 of reference 2.1.1 using parts specified in paragraph 4.3. 7.6.6The Contractor shall record the pressures at which each Safety Valve opens and closes when tested in accordance with paragraph 6-62.4.h. (4) of reference 2.1.1. 7.6.7The Contractor shall adjust the valve opening pressure as required to meet the requirements of paragraph 6-62.4.h.(4) of reference 2.1.1 by changing the thickness of the shim. Following adjustment, the valve shall be retested and the test pressures recorded. If the opening pressure cannot be properly adjusted, the MSCREP shall be notified. 7.6.8The Contractor shall prepare a written report documenting the following: 7.6.9The valve slides smoothly in valve body following cleaning. 7.6.10The test pressures recorded as required by paragraphs 7.2.1 and 7.4.1 of this specification. 7.6.11Clean the cylinder heads and all disassembled parts of all grease, dirt and oil. Ensure all parts are clean and ready for detailed inspection. 7.7Intake Valves: 7.7.1Remove and disassemble intake valves in accordance with ref 2.1.1 paragraphs 6-60.1 and 6-60.2. 7.7.2Clean and inspect the intake valves springs and guide bushings and record dimensions in accordance with ref 2.1.1 paragraph 6-60.3. Notify the MSCREP if any parts are found outside of limits and will require replacement. 7.8Conduct a thorough inspection of the cylinder heads in accordance with paragraph 6-56.3 and accomplish de-scaling in accordance with ref 2.1.1 paragraph 6-56.3 a through h. 7.8.1Repeat the de-scaling process a maximum of two (2) times. If additional de-scaling is required submit a report to the MSCREP. 7.9Inspect and repair the gasket seating surfaces of the cylinder head in accordance with ref 2.1.1 paragraph 6-56.3i and 6-56.5. 7.7.1.Inspect and clean the seating surfaces for the air safety and starting air valves in accordance with ref 2.1.1 paragraphs 6-61.3 and 6-62.3. 7.10Conduct hydrostatic test of cylinder head in accordance with ref 2.1.1 paragraph 6-56.4a through f. 7.10.1Submit a report of the hydrostatic test results to the MSCREP. 7.11Conduct dye penetrate test of the cylinder heads in way of the exhaust valves, intake valves and fuel injector landing areas. 7.12Recondition the intake valves in accordance with ref 2.1.1 paragraph 6-60.4a through f. 7.12.1Take and record all measurements as required. 7.12.1.1Submit a report to the MSCREP. 7.12.2Remove existing and replace with new, intake valve seat inserts in accordance with ref. 2.1.1, paragraph 6-60.4, and two (2) required per cylinder head. 7.12.2.1After installing intake valves inserts and final machining, the contractor shall insure that inserts have a proper seating surface. 7.13Reassemble the intake valve assemblies in accordance with ref 2.1.1 paragraph 6-60.6 using the below listed parts are for each valve. Contractor furnished material. Part NumberDescriptionQuantity / Total OT 65240.53.63"O" RingOne (1) / 7 T447181Bushing guidenone T319472Inlet Valve Seat InsertOne (1) / 7 7.14Reassemble the cylinder head installing all covers and plugs utilizing new gaskets and "O" rings. Below listed parts are for each head assembly: Contractor Furnished parts Part NumberDescriptionQuantity / Total T400149GasketFive (5) / 35 P400153NGasketFour (4) / 28 T425652GasketFive (5) / 35 T433291GasketOne (1) / 7 ON06018.10.05PlugOne (1) / 7 ON65118.24.40Gasket roundOne (1) /7 ON65145.55.40GasketEight (8) / 56 OT65109.14.40Gasket Round 9x1Seven (7) / 49 7.15Reassemble overhauled exhaust, safety and air-start valves on cylinder heads. Ready to install cylinder heads. 7.16Cylinder Liners: Re-furbish liners IAW manufacturer specification. Includes chemically cleaning, repair o-ring groove, hone etc., 7.16.1 Crate and ship as Unit Exchange Assets to Cheatham Annex in accordance with paragraph 7.19.1. 7.17Prep and paint the exterior of the cylinder head and preserve all exposed metal parts the cylinder head and associated components. Provide two (2) copies of all documentation including ABS inspection report and quality assurance documentation. One copy shall be placed in a resealable waterproof bag and wired to the cylinder head inside the crate and a second copy placed in a resealable waterproof bag outside the crate. 7.17.1Provide the originals of all above documentation to the MSCREP. 7.18Crate each cylinder head assembly to ensure no damage during shipping and handling. 7.18.1Crate shall be capable of being lifted by a pallet jack. 7.19Each cylinder head shall be insured for replacement value of $60,000.00 U.S. currency. 7.19.1Ship the cylinder head assembly and liners to the below listed address by traceable means. Cost of shipping for both locations: FISC Cheatham Annex 1087 Sanda Avenue Warehouse 1 Williamsburg, VA 23188 POC: Laura Cox Ph: (757) 887-7274 M/F: T-AO 187 CLASS UNIT EXCHANGE PROGRAM 7.20Preparation of Drawings. None. 7.21Manufacturer's Rep: None 8.0GENERAL REQUIREMENTS: 8.1 None additional. The requested period of performance for the above service is 15 October to 9 December 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 Rerepresentation, 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: 22. 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 14 October 2009 @ 1100 A.M. Est.. Offers can be emailed to Jessie.garcia@navy.mil or faxed to 757-443-5982 Attn: Jessie Garcia. Reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4941dd2716aee2da143c0fd38df9beb0)
 
Place of Performance
Address: 1087 Sanda Avenue, Warehouse 1, Williamsburg, Virginia, 23188, United States
Zip Code: 23188
 
Record
SN01984693-W 20091015/091013234954-4941dd2716aee2da143c0fd38df9beb0 (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.