Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

20 -- Turbocharger Overhaul - Sole Source Justification

Notice Date
1/4/2010
 
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-7081
 
Archive Date
1/23/2010
 
Point of Contact
Leslie N. Hibbs, Phone: 757-443-5873, Jessie Garcia, Phone: 757-443-5967
 
E-Mail Address
leslie.hibbs@navy.mil, jessie.garcia@navy.mil
(leslie.hibbs@navy.mil, jessie.garcia@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Signed and Approved explanation as to why only OEM parts will serve and how there is only one distributor. 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-7081, 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 2005-34, effective 01 Jul 09. NAICS 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a not small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for ABB Turbocharger service for the USNS LARAMIE. Original equipment manufacturer (OEM) service required. Any offer for other than OEM service provider will not be considered. The following service is required for ABB Turbocharger Exhaust end item application: No. 3 & No. 4 SSDG Turbocharger Overhaul 1.0ABSTRACT 1.1This item describes the overhaul of the four (4) exhaust gas turbochargers for the number 3 and 4 ship's service diesel generator engine. 2.0REFERENCES/ENCLOSURES 2.1References: 2.1.1NAVSEA Tech. Manual No. T9233-AN-MMC-010, Ship Service Diesel Generator Engine, Model KVGB-16. (available aboard vessel) 3.0ITEM LOCATION/DESCRIPTION 3.1Location/Quantity: 3.1.1Engine Room, 4-60-0, four (4) turbochargers, No. 3 & No. 4 SSDG. 3.2Description/Manufacturer's Data: 3.2.1Turbocharger Data:Asea Brown-Boveri (ABB) Model: VTR 251-2P 3.2.2Engine Data:Bergen Diesel 16 Cylinder Model: KVGB-16 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1Turbocharger oil as per para. 7.1.6. 5.0NOTES 5.1The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR’s including but not limited to GTR’s 1-7, 21, 25, and 29. 5.2The contractor and all subcontractors regardless of tier are advised to review other work items under this contract to determine their effect on the work required under this work item. Many of the definitions relating to performance of this work item are found in Work Item 001. 5.3Period of Performance: Feb 8, 2010 to Mar 4, 2010. 6.0QUALITY ASSURANCE REQUIREMENTS 6.1All work shall be performed to the satisfaction of the attending ABS Surveyor, MSC Port Engineer, Chief Engineer, and the manufacturer's technical field service representative and shall be in accordance with reference 2.1.1. 7.0STATEMENT OF WORK REQUIRED 7.1Perform the following work on the four (4) ship's service diesel generator engine turbochargers (two per engine) described in paragraph 3.2 using reference 2.1.1 for guidance. 7.1.1All work on this item shall be accomplished by Contractor furnished, manufacturer's authorized technical field service representatives. All shop work shall be performed by a manufacturer's authorized repair facility. 7.1.2Provide all tools, equipment, manufacturer's replacement parts and labor to perform an 20,000 hour overhaul of the four (4) SSDG turbochargers. 7.1.3Disassemble turbochargers and remove rotor assemblies, nozzle rings and cover rings for thorough cleaning and inspection. 7.1.4Transport the rotors to a manufacturer's authorized repair facility. Steam clean and glass bead blast rotors. Inspect rotors measuring turbine blade diameter, bearing journals, shaft runout, and pump drive spigots. Record all readings. If no further repairs are required, dynamically balance rotors to manufacturer's specifications. Return rotors on completion. 7.1.4.1 Contractor to provide ABS surveyor to witness balancing of rotors at the manufacturer's authorized repair facility. 7.1.4.2 Contractor to rigidly crate and use extreme care so as not to damage rotors during transport to and from manufacturer's repair facility. 7.1.5Reassemble turbochargers replacing the following parts: Note: * denotes replacement parts to be Asea Brown-Boveri unit exchange parts. Total Qty Description Part No. 4 Bearing Assemblies, C/S32W3 * 4 Bearing Assemblies, T/S38W * 4 Sealing Bushes, C/S7251 4 Sealing Bushes, T/S5062 8 Bearing Cover Gaskets585 7.1.6Upon reassembly of turbochargers, leave units in a ready for operation condition with new oil provided by ship's force. 7.1.6.1 During reassembly, take and record all measurements and clearances as recommended in ref. 2.1.1. Chief Engineer to witness all measurements. 7.1.6.2 Upon completion of repairs, submit two (2) copies of a written report of all measurements and clearances taken to the Port Engineer. 7.1.7Clean all work areas, removing all debris resulting from this work item. 7.2Inspection/Test 7.2.1Upon completion of repairs, conduct operational tests of the four (4) turbochargers during dock trials to the satisfaction of Chief Engineer and the Port Engineer. Dock trial duration approx. eight (8) hours. 8.0GENERAL REQUIREMENTS 8.1None additional. 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 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, 52.225-13 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 8 January 2010 @ 0700 Eastern Time. Offers can be emailed to Leslie.Hibbs@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/50d438ef7c9c5da350981ae161fa9b8f)
 
Place of Performance
Address: At contractor's address, United States
 
Record
SN02034592-W 20100106/100104235846-50d438ef7c9c5da350981ae161fa9b8f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.