Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

20 -- MAIN REDUCTION GEAR UNDERWAY TEST - SAMPLE GRAPH

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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-7990
 
Archive Date
8/3/2010
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
USNS ARCTIC-8.1 SAMPLE GRAPH 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-7990, 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 July 2009. NAICS 334513 applies. The Small Business Competitiveness Demonstration Program is applicable. This is a Small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to Maritech LLC, 100 Powdermill Road Ste 341, Acton, MA 01720-5932 for the following services: 1.0 ABSTRACT: 1.1. This item describes the requirements to accomplish Thrust Bearing Clearance measurements 2.0 REFERENCES: None 3.0 ITEM LOCATION: 3.1. 7-510-01-E 3.2. 7-455-01-E 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1. Portable vibration data collector 5.0 NOTES: 5.1. Bearing design clearances are: 29 mil minimum, 40 mil nominal, and 50 mil maximum. 5.2. Potential maximum ahead to astern shaft movement ~ 100 mil 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1. Meet the ship at Norfolk Naval Base no later than 7AM on the morning of 13 September 2010. Get underway with the ship and complete the paragraphs below. Ship will return to Norfolk Naval Base on or about 15 September 2010. 7.2. Measure thrust bearing clearances for both port and starboard shaft at the following test points PORT 0 rpm 10 rpm ahead 20 rpm ahead 30 rpm ahead 40 rpm ahead 50 rpm ahead STARBOARD 0 rpm 10 rpm astern 20 rpm astern 30 rpm astern 40 rpm astern 7.2.1. Measurements are to be acquired using proximity probe instrumentation mounted adjacent to the forward end of each low speed gear shaft so as to measure movement of the low speed gear shaft relative to the ships' hull structure. Port and Stbd clearance data need not be recorded concurrently 7.2.2. Measurements are to be recorded electronically at a minimum sampling rate of 600 Hz 7.2.3. Measurements at each discrete shaft speed test point are to encompass a minimum of one minute of uninterrupted data. 7.2.4. Measurements at each discrete shaft speed test point are not to commence until at least 10 minutes have passed since the last speed change to allow for settlement of vessel acceleration and shaft speed stabilization. 7.2.5. Electronic shaft speed measurements are to be recorded directly from each shaft concurrent with each set of proximity probe data. 7.2.6. Provide findings in two manners 7.2.6.1. Provide raw data in tabular form in a Microsoft Word or Microsoft Excel file format. 7.2.6.2. Each individual set of proximity probe data and speed data is to be averaged and graphed as per the sample graph (see paragraph 8.1) and provided in a Microsoft Word or Microsoft Excel file format. 7.2.6.2.1. It is essential that the speed values used for graphing the test data points are representative of actual shaft speeds and not simply the test point designation. Ahead and astern slopes are to be derived from the graphical data with bearing clearance values calculated from the difference in the slope lines at zero speed. 7.2.7. Data shall be presented to 7.2.7.1. Principle Port Engineer, via email to Michael.zirpolo@navy.mil 7.2.7.2. Military Sealift Command N722, via email to david.lytkowski@navy.mil 7.2.7.3. Military Sealift Command N722 via hard copy to David Lytkowski Military Sealift Command 1915 forrestal drive Building NH-32, 3rd floor Norfolk, VA 23551-4615 7.3. Measure vibration of the main reduction gear for both port and starboard shaft at the 110, 120, 130 and 140 Shaft RPM Ahead 7.3.1. Both Port and starboard shaft shall be rotating at the same speed during measurements. Measurements of each shaft need not be taken simultaneously, however it is highly encouraged 7.3.2. Collect data at four test locations identified in reference 2.1 and at two locations at each attached lube oil pump 7.3.3. After each set of measurements (each shaft at an individual shaft RPM), data shall be downloaded to SAMM by the crew. Verify proper transfer of data prior to changing shaft speed to next data point. 7.4. Remove remaining MRGAS components for both port and starboard shaft. 8.0 GENERAL REQUIREMENTS: 8.1. Sample graph (SEE ATTACHED) The required period of performance for the above items is 13 Sep 2010-15 Sep 2010. 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: 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 19 July 2010 @12:00 P.M. Offers can be emailed to Dianne.pope@navy.mil or faxed to: (757) 443-5982. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/581110be5570370c7615c37e3db554f6)
 
Place of Performance
Address: NAVSTA PIERS NORFOLK, NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02205239-W 20100716/100714234705-581110be5570370c7615c37e3db554f6 (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.