Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOLICITATION NOTICE

20 -- RECOVERY: 20,000 HOUR OVERHAUL OF TWO D398 ENGINES ABOARD NOAA SHIP GORDON GUNTER

Notice Date
11/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
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-10-RQ-0063
 
Point of Contact
Tim Corrigan, Phone: 757-441-6897, Melissa R Sampson, Phone: 757-441-6561
 
E-Mail Address
Tim.Corrigan@noaa.gov, melissa.r.sampson@noaa.gov
(Tim.Corrigan@noaa.gov, melissa.r.sampson@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY ACTION THIS ACQUISITION WILL BE FUNDED WITH AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) FUNDS; AS SUCH THE AWARDEE WILL BE REQUIRED TO SUBMIT TO SPECIAL REPORTING IN ACCORDANCE WITH FAR CLAUSE 52.204-11. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 Request for Quote (RFQ) number is EA133M-10-RQ-0063. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-37. The RFQ is set aside for small businesses. The associated North American Industry Classification System (NAICS) code is 333618. The National Oceanic and Atmospheric Administration (NOAA) requires the following items: CONTRACT LINE ITEM QUANTITY UNIT DESCRIPTION PRICE 0001 1 JOB 20,000 Hour Overhaul of Two (2) Caterpillar D398 Engines aboard NOAA Ship GORDON GUNTER in accordance with Statement of Work (SOW). $_______ 0002 1 LOT Inspection Findings Report in accordance With 3.1.9. and 3.2.2. of the SOW. $ NSP* 0003 1 LOT Parts Breakdown In accordance With 3.3.3 of the SOW. $ NSP* *- Not Separately Priced START SPECIFICATION: CATERPILLAR ENGINE OVERHAUL 1. SCOPE. This specification contains requirements for the 20,000 hour overhaul of two, Caterpillar D398 engines on NOAA Ship Gordon Gunter. Serial numbers: Engine #2: 35Z01560; Engine #4: 35Z01566. 2. REFERENCES. Caterpillar manuals and technical information. 3. REQUIREMENTS. 3.1 General. The following requirements apply to all work. 3.1.1 Except as otherwise specified, the contractor shall provide all labor, material, services, tools, supervision, manuals and technical expertise needed to accomplish the work required by this specification. 3.1.2 All work shall be accomplished by a Caterpillar authorized repair facility or under the direct on-site supervision of a factory-trained mechanic currently certified by the engine manufacturer. All such work shall be performed in accordance with Caterpillar service, maintenance, and overhaul technical manuals (including all current and applicable amendments and service bulletins), and in such a manner that the manufacturer's warranty on parts and labor is not voided. 3.1.3 Provide and install "mandatory-renewal" parts and components as required by this specification. Other parts found to be in need of renewal may be provided by Government (if available) and installed by the contractor. Such additional parts or components which are not provided by the Government will be negotiated by the Contracting Officer as an additional cost. 3.1.4 Except where remanufactured components are authorized or specified, only new, original Caterpillar, nonsurplus components and parts shall be used. Rebuilt components shall be disassembled, cleaned, inspected, rebuilt, and reassembled. 3.1.5 Where remanufactured components are provided, existing components shall be replaced on an exchange basis with components remanufactured at the Caterpillar factory, and the existing components become the property of the Contractor in their as-found condition. When factory remanufactured components are not available, the existing components shall be disassembled, cleaned, inspected, repaired (including renewal of all parts needed), reassembled, and calibrated at the Caterpillar factory or Caterpillar-authorized repair facility. Rebuilt components shall meet the manufacturer's rebuild specifications and shall be restored to a condition of reliability equivalent to new components and parts. The only parts renewal for which additional costs will be negotiated are component bodies and casings. 3.1.6 Disassemble the engine(s) components, and parts to the extent specified herein and in other procurement documents. Whenever the extent of disassembly is not specified, disassembly shall be to the extent required to perform the required inspections, repairs, and parts renewal. 3.1.7 Interferences shall be removed and reinstalled, as required, at no additional cost to the Government. Contractor is responsible for removing piping to or from the engine, engine heat exchangers, air motors, etc. 3.1.8 Thoroughly clean, then conduct visual inspections of all disassembled parts, checking for cracks, scoring, chipping, pitting, signs of overheating, excessive wear, signs of distress, and other defects which could affect serviceability. Ensure all passages and holes are open and clear. Whenever hydraulic, fuel, lube oil, water, or air lines are disconnected, clean the point of disconnection and cap or plug the hoses or pipes and their connection points. 3.1.9 After inspections have been completed and prior to reassembling components, submit a report of all inspection findings and test results to NOAA. Report shall include a record of all measurements and readings taken as well as recommendations for additional repairs, inspections or testing. DO NOT PROCEED with any additional work until authorized by the Contracting Officer. 3.1.10 After the report has been accepted and all additional work has been completed, reassemble and reinstall all components that were previously disassembled or removed. Prior to installing new or rebuilt components or parts, perform visual and dimensional inspections to verify that the components and parts are acceptable for use. Reinstallation of all components throughout will be with new gaskets, seals, grommets, and o-rings. 3.1.11 At the end of each work day, clean up all debris incidental to the performance of the required work. Upon completion of all work, clean all work sites to their as-found condition. 3.2 20,000 Hour Overhaul. Accomplish following work for the 20,000 hour overhaul: 3.2.1 Engines will be drained of jacket water and oil (to the lowest level allowed by the installed piping arrangement) by ship's force prior to start of repairs. Any residual jacket water drained into bilge and will be disposed of by Government. The contractor shall be responsible for removing and disposing of any residual fuel and lube oil. Upon reassembly, the contractor shall clean all filter housings and install new Government-furnished filters, using new gaskets and o-rings. 3.2.2 Perform an inspection for wear by checking all dimensions and tolerances on the following components. All components shall be properly cleaned and prepared for inspection and re-installation. Submit a written condition report stating each component's condition and recommendations for renewal due to the component being out of Caterpillar specification. Include material and labor costs to renew that components in the report. a. Connecting rods b. Cam followers c. Fuel transfer pump d. Pre-lube pump e. Fuel injection system and governor f. Main oil pump and relief valve g. Governor drive group, Woodward EG-3P actuator and linkages, manual shutdown linkages h. Vibration damper i. Gear train bushings j. Gear train k. Drive unit alignment, generator l. Rocker arm assembly and bushings 3.2.3 Take and record crankshaft deflection readings and end thrust readings. 3.2.4 Renew the following "mandatory-renewal" parts and components on each engine. Where "remanufactured" is added in parentheses after a component, a remanufactured or "unit exchange" component may be provided in lieu of a new component. a. Turbocharger cartridges (remanufactured) b. Thermostats and water temperature regulators c. Cylinder head assemblies with valves (remanufactured) d. Pistons, piston pins, and retainers e. Piston ring sets f. Liners g. Fuel nozzles h. Fuel pump assemblies i. Fuel injection pump group yoke screw and lock nuts j. Main bearings, (complete, including thrusts) k. Rod bearings, complete l. Front and rear cover seals and gaskets m. Front and rear hydromechanical seals - directional n. Jacket water pumps (remanufactured) o. Jacket water heater hoses p. Jacket water thermostats q. Sea water pumps (rebuild kit and new impeller) r. Lube oil coolers, non-removable core (remanufactured) s. Air starting motors (remanufactured) t. All fuel injection pump to fuel nozzle fuel tubing; new fuel tubing shall be double-walled. u. All thermocouples and thermocouple wiring. Install new wiring to thermocouple box on bracket on aftercooler v. New zinc anodes in pumps and heat exchangers (Government to provide zincs) 3.2.5 The procedure to renew the rear seal requires disconnecting the attached generator from the flywheel and engine block and skid. Before disassembly, take and record generator shaft run out readings and deflection readings of the generator fan to flex plate. Upon reassembly, readings are once again to be taken and the generator adjusted in accordance with Caterpillar specifications. Provide the ship's Chief Engineer and the COTR at least 24 hours prior notification so they may witness these readings. 3.2.6 Remove piping to aftercooler, clean and pressure test air sides in place. Reinstall/reseal water sides. 3.2.7 Adjust all piston cooling jets to proper spray angle. 3.2.8 Reset tappets, check valve rotators, check and adjust fuel timing. Adjust fuel rack actuator by setting turnbuckle adjustment to middle of range. Adjust position of arm on actuator spine such that when engine is running at rated speed under no load, voltage at actuator is 1.5 VDC. Voltage is best measured in switchboard, however the voltage drop across the fuse must be considered. 3.2.9 Inform the Chief Engineer, in a timely manner, when the engine jacket water system is ready to be refilled and tested for water-tightness. Re-fill coolant system with fresh water and the appropriate amount of jacket water treatment (to be supplied by ship's force). 3.2.10 Thoroughly clean and inspect the lube oil sump pan on each overhauled engine. Notify the Chief Engineer, in a timely manner, when the engine sumps are ready to be refilled with new lube oil. The government will provide the new oil and ship's force will be responsible for adding the appropriate amount following an inspection of the oil sump pans. 3.3 Tests and Reports. Notify the Chief Engineer in a timely manner when the overhauled engines are ready to be tested under electrical load. Test operate engines after overhaul using ship's dockside hotel load for a period of not less than two hours. Test all alarm and shutdown systems prior to starting. Ship's force will line up and start engines. Provide technicians to observe operation, verify joints are leak-free, make adjustments, and record data. Operate engines at no-load until normal no-load operating temperatures are reached, then increase load incrementally up to full load and operate for one hour. Temperatures and pressures shall be monitored and compared to manufacturer's recommended limits. If a temperature or pressure exceeds or falls below manufacturer's recommended upper or lower limits, testing shall be stopped and the cause determined and corrected before continuing. 3.3.1 Record the following information near the end of full load test; provide test instruments as required: a. cylinder exhaust temperatures b. lube oil temperatures c. water temperatures d. fuel oil pressure e. lube oil pressure f. water pressures g. electrical load on generator prime mover h. turbo outlet air pressure 3.3.2 Submit a report of all test data collected. Report shall include manufacturer's recommended limits for each measured parameter. 3.3.3 After all work is accomplished, submit a cost breakdown of parts used for the overhauls. 3.4 Final Adjustments and Tune-up. After satisfactory completion of operational test, reset valves and accomplish final adjustments and tune-ups as required to provide smooth, efficient, and reliable operation. 3.5 Touch-Up Paint. Touch-up paint all disturbed surfaces to standard Caterpillar paint scheme; surfaces to be painted shall be free of dirt and grease prior to application. 3.6 Notes. a. American Bureau of Shipping (ABS) survey of the 20,000 hour overhauls is required for credit toward the ship's Continuous Machinery Survey. Contractor shall inform ABS of progress and arrange for inspections as required by the local (Mobile, AL) office. Government will pay ABS fees associated with the survey under a separate purchase order. b. Ship's force is available to provide shipboard crane service during normal working hours to lift parts between the pier and aft deck. 24 hour notice is required. Actual rigging of parts and moving parts to/from the aft deck and engine room shall be the responsibility of the Contractor. c. Ship is available for pre-bid inspection between November 23 - December 1, 2009, while vessel is dockside at the NOAA Southeast Fisheries Science Center Pier,Pascagoula, MS. Arrangements for inspection shall be made with NOAA port engineer Jon Rix, 757-441-3495 or 757-613-9000. END OF SPECIFICATION The 20,000 hour Engine Overhaul shall start March 2, 2010 and be completed by March 18, 2010. This period of performance includes additional work authorized by the Contracting Officer via modification (See 3.1.9 of the SOW). The work shall be accomplished onboard the GORDON GUNTER at Gulf Marine Support Facility, 151 Watts Avenue, Pascagoula, MS 39567-4102. The provision at 52.212-1, Instructions to Offerors--Commercial (JUN 2008) applies to this acquisition with the following addendum: Add the following sentence at (b)(4) of the provision: In accordance with 3.1.2 of the SOW, work performed shall be accomplished by a Caterpillar authorized repair facility or under the direct on-site supervision of a factory-trained mechanic currently certified by the engine manufacturer. As such, vendors must submit evidence of being an authorized Caterpillar repair facility or if work is to be supervised by a factory trained mechanic, provide evidence of such credentials. Failure to either submit this information or provide information sufficient to evidence this requirement may result in your quote being rejected and not further considered. The provision 52.212-2, Evaluation - Commercial Items (JAN 1999) applies to this acquisition with the following fill-in: Quotes will be evaluated based on price and the ability to meet the qualification requirements at paragraph 3.1.2. In accordance with 52.212-1(b)(8), vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (AUG 2009), with its quote. [An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. Note: Paragraph (k)(1) of this provision is considered checked by the Contracting Officer. Thus, the contractor must certify as to whether it is applicable. Depending on how the contractor certifies as to applicability will determine insertion of either FAR clauses 52.222-41, Service Contract Act of 1965 (NOV 2007), 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustments (SEP 2009), or 52.222-51, Exemption From Application Of The Service Contract Act To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment--Requirements (NOV 2007). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.] Vendors shall refer to www.arnet.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (MAR 2009) applies to this acquisition with the following addenda: CAR 1352.201-70 Contracting Officer's Authority (MAR 2000), CAR 1352.208-70 Printing (MAR 2000), CAR 1352.209-73 Compliance With The Laws (MAR 2000), CAR 1352.216-70 Contract Type (MAR 2000) {Fill-in: firm-fixed price}contract, CAR 1352.233-70 Harmless From Liability (MAR 2000), CAR 1352.252-71 Regulatory Notice (MAR 2000), CAR 1352.215-73 Inquiries (MAR 2000), CAR 1352.233-71 Service of Protests (MAR 2000) {Fill-in: Department of Commerce, NOAA, ERAD, Attn: Melissa R. Sampson, 200 Granby Street, 8th Floor, Norfolk, VA 23510.}, CAR 1352.211-70 Statement of Work/Specifications (MAR 2000), CAR 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (DEC 2006), CAR 1352.246-70 Inspection and Acceptance (MAR 2000), 1352.215-70 Period of Performance (MAR 2000), 1352.201-71 Contracting Officer's Technical Representative (COTR) (FEB 2005), 1352.209-72 Restrictions against Disclosure (MAR 2000), and 1352.252-70 Regulatory Notice (MAR 2000). FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (SEP 2009) Alternate II (MAY 2009) applies to this acquisition 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, (SEP 2006), with Alternate I (OCT 1995). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, (MAR 2009). (4) 52.204-11, American Recovery and Reinvestment Act - Reporting Requirements, (MAR 2009). (8) 52.219-6, Notice of Total Small Business Set Aside, (JUN 2003). (10) 52.219-8, Utilization of Small Business Concerns, (MAY 2004). (12) 52.219-14, Limitations on Subcontracting, (JUL 2005). (18) 52.219-28, Post Award Small Business Program Representation (APR 2009) (19) 52.222-3, Convict Labor, (JUN 2003). (20) 52.222-3, Child Labor - Cooperation with Authorities and Remedies, (AUG 2009). (21) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999). (22) 52.222-26, Equal Opportunity, (MAR 2007). (23) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006). (24) 52.222-36, Affirmative Action for Workers with Disabilities, (JUN 1998) (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (SEP 2006). (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, (DEC 2004). (31) 52.225-1, Buy American Act -- Supplies, (FEB 2009). (34) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008). (39) Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003). No other additional contractual terms and conditions are applicable. No Defense Priorities and Allocations System (DPAS) rating are assigned In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors 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. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Offers must be submitted via electronic means (e-mail) by 12:00 P.M. EST on December 7, 2009 to Tim.Corrigan@noaa.gov, and Melissa.R.Sampson@noaa.gov shall be copied. Offers may be faxed to 757-664-3658. Anticipated award date is on or about Friday, January 8, 2010. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Tim.Corrigan@noaa.gov or faxed to 757-664-3658. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-10-RQ-0063/listing.html)
 
Place of Performance
Address: 151 Watts Avenue, Pascagoula, Mississippi, 39567, United States
Zip Code: 39567
 
Record
SN02011196-W 20091126/091125000044-3cd73ec8b357eb4e4761b94f492d4294 (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.