Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

20 -- USNS Ericsson engine Service

Notice Date
3/16/2010
 
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-7214
 
Archive Date
4/6/2010
 
Point of Contact
Jessie Garcia, Mrs., Phone: 757-443-5967
 
E-Mail Address
jessie.garcia@navy.mil
(jessie.garcia@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 N40442-10-T-7214, 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 services: Summary: MAIN ENGINE 12000 HOUR OVERHAUL 1.0ABSTRACT 1.1This item describes accomplishing scheduled maintenance of the stbd main propulsion diesel engines (5 holes only). 2.0REFERENCES/ENCLOSURES 2.1References: 2.1.1NAVSEA Tech. Manual No. T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures. (available aboard vessel) 2.1.2SEMT Service Bulletin No. BS480436, dated 11/10/94, Running-In Engine. (available aboard vessel) 2.2Enclosures: 2.2.1List of Government Furnished Material. 3.0ITEM LOCATION/DESCRIPTION/QUANTITY 3.1Location/Quantity: 3.1.1Location: Engine Room, 5-60-0. 3.1.2Quantity: One (1) main propulsion diesel engines to be dealt with. 3.2Description/Manufacturer’s Data: 3.2.1Description:Colt-Pielstick, 10 Cylinders Model: PC 4.2V570 3.2.2Manuf. Data:Alsthom-Atlantique/SEMT Pielstick Fairbanks Morse Engine Division Beloit, Wisconsin 53511 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1Parts identified on enclosure 2.2.1. 4.2Main engine lube oil. 5.0NOTES 5.1Ship's force shall provide special tools, labor assists, and rigging onboard to perform the main engine repairs. 6.0QUALITY ASSURANCE REQUIREMENTS 6.1All work performed shall be 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 references 2.1.1 and 2.1.2. 7.0STATEMENT OF WORK REQUIRED 7.1Provide the below listed labor, material, services and equipment to assist the ship's force and the manufacturer's technical field service representative to perform the scheduled maintenance, described in paragraphs 7.2 and 7.3, of both the port and starboard main propulsion diesel engines. 7.1.1Labor: Ship’s Force shall provide all labor required by OEM technical representative to effect starboard main engine inspections and shall work under the direction of the manufacturer's technical field service representative and the First Assistant Engineer. 7.1.2Services: Ship’s Force shall provide all rigging and transportation services to and from the engine room of the below listed main engine components to and from the staging area for shipment to a location designated by the Port Engineer. Coordination for pick-ups and deliveries shall be made through the Port Engineer. a. Five (5) cylinder heads and attached components. b. Five (5) cylinder liners. 7.1.3Non-Destructive Testing: Port Engineer via industrial support shall provide the services of a certified NDT technician to perform a wet magnetic particle inspection of twenty (20) connecting rod bolts. Bolt inspections shall be accomplished in the presence of the OEM field service representative and the Port Engineer. Upon completion of inspection, provide the original and two (2) copies of the test results to the Port Engineer. 7.2The following is a summary of the work to be performed by ship’s force personnel and OEM Representative during the inspection of the starboard main engine. 7.2.1Crankshaft Deflection Readings a. Take and record “cold” crankshaft deflection readings both prior to and after completion of repairs in accordance with section 6-90 of Ref. 2.1.1. 7.2.2Intake and Exhaust Valve Clearances a. Check and adjust the tappet clearance of the forty (40) each intake and exhaust valves in accordance with section 6-58 of Ref. 2.1.1. b. Tappet clearance (cold) for both intake and exhaust valves is.045” (1.15mm). 7.2.3Fuel Injectors a. Conduct inspection of fuel injectors and replace injector nozzle tips as necessary. Test, calibrate and adjust the spray pattern and operating pressure of all five (5) installed fuel injectors in accordance with sections 6-32.1 through 6-32.4 of Ref. 2.1.1. Injector replacement is available onboard if replacement is required. b. All checks of the injectors are to be carried out on a calibrated test stand using clean and filtered fuel oil. 7.2.4Exhaust Valves a. Accomplish removal, disassembly, shop inspection, cleaning, reconditioning, repair and hydro testing of ten (10) exhaust valves and cages in accordance with sections 6-59.1 through 6-59.5 of Ref. 2.1.1. Exhaust valve replacement is available onboard if replacement is required. b. Reassemble and reinstall all exhaust valves and cages in accordance with sections 6-59.7 through 6-59.10 of Ref. 2.1.1. 7.2.5Air Starting Valves a. Accomplish removal, disassembly, cleaning, shop inspection and repair of five (5) air starting valves in accordance with sections 6-61.1 through 6-61.3 of Ref. 2.1.1. Replacement air start valve is available onboard if replacement is required. b. Reassemble and reinstall the air starting valves in accordance with sections 6-61.4 and 6-61.5 of Ref. 2.1.1. 7.2.6Cylinder Heads and Liners a. Accomplish removal, disassembly, cleaning, shop inspection and repair of five (5) cylinder heads, as follows: Stbd A1, A2, A4, A5, B2. The ship’s force shall rig and convey cylinder heads and liners from the vessel to the designated shipping area as specified in para. 7.1.2. Refurbished cylinder heads and liners are provided as GFM for installation upon removal of cylinder heads and liners. 7.2.7Piston and conrod assemblies a. Accomplish removal, disassembly, cleaning, onboard inspection and repair of five (5) piston/conrod assemblies as follows: Stbd A1, A2, A4, A5, B2. b. Take piston and bearing wear measurements. Re-fit piston with new rings and o-rings upon reassembly. c. Replace with new, lower con-rod bearings upon reassembly. 7.2.8Timing Gear a. Accomplish a visual inspection of the timing and barring gears in accordance with sections 6-46 through 6-48.3 of Ref. 2.1.1. b. Measure backlash of the timing and barring gears in accordance with sections 6-49 through 6-50.3 of Ref. 2.1.1. 7.2.9Cam Follower/Camshaft Timing Gear a. Accomplish visual inspection of all camshaft gears, cams and cam rollers in accordance with sections 6-52.2 and 6-79 of Ref. 2.1.1. 7.2.10Safety Valves a. Accomplish removal, disassembly, cleaning, shop inspection and repair of five (5) cylinder safety valves in accordance with sections 6-62.1 through 6-62.3 of Ref. 2.1.1. b. Reassemble and reinstall all safety valves in accordance with sections 6-62.4 and 6-62.5 of Ref. 2.1.1. 7.2.11Thrust Bearing a. Measure and record engine thrust bearing clearance in the presence of the Chief Engineer, Port Engineer, and the manufacturer’s technical representative. 7.2.12Crankcase Door Gaskets a. Remove and replace all twenty (20) crankcase inspection door gaskets. b. Thoroughly clean gasket seating surfaces removing all traces of old adhesives prior to installing new gaskets. 7.4Inspection/Test: 7.4.1Accomplish an operational test and break-in of the main engines for a minimum of eight (8) hours during the scheduled dock trial and thirty six (36) hours during the scheduled sea trial. Engine break in shall be accomplished in accordance with reference 2.1.2. Monitor and record all applicable pressures and temperatures. Identify and repair any loose or leaking joints, components or fittings. 7.5Insulation/Lagging: 7.5.1Reinstall all insulation and lagging pads removed during the performance of this work item as original. 7.6All dirt and debris resulting from this work item shall be removed from the ship daily and all areas left clean and in good order. 7.7Preparation of Drawings: None. 7.8Manufacturer’s Representative: 8.0GENERAL REQUIREMENTS 8.1OEM TECHREP WILL PERFORM DOCK AND SEA TRIALS PRIOR TO COMPLETION OF AVAILABILITY 8.2OEM SHALL IDENTIFY ALL SPECIAL TOOLS NEEDED AND PROVIDE A LIST TO THE PORT ENGINEER UPON CONTRACT AWARD. Piston/Cylinder Assembly DescriptionPart NumberQty. 12,000 Hour Cyl. Insp. KitT12619340 5kits Crankcase Inspection Doors Assy.Pc.DescriptionPart NumberQty. 0352Gasket, solidT1261876320 Valve Covers Assy.Pc.DescriptionPart NumberQty. 0228PermabondT9936135460110 OZ. 9GasketT44216820 10GasketT44216920 The requested period of performance for the above service is 8 June, 2010 to 28 June, 2010. Location is to be determined:. Provide engineering services for the inspection, repair and testing of the CPP System. Technical representative to conduct initial inspection of the CPP system to determine if Hub Replacement is required. If hub replacement is required, Hubs will be provided as GFM. Tech rep will oversee the replacement of the CPP hubs (if required). Technical representative to conduct testing of the CPP system as the completion of repairs, to ensure proper operation. 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: 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 22 March, 2010 @ 0900 A.M. Est.. Offers can be emailed to Jessie.Garcia@navy.mil or faxed to 757-443-5979 Attn: Mrs. Jessie Garcia. Reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc9d31500e1c1bb00458e50501dd52ec)
 
Place of Performance
Address: Naval Station Santa Rita, Guam, United States
 
Record
SN02094189-W 20100318/100316235855-bc9d31500e1c1bb00458e50501dd52ec (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.