Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

J -- NOAA Ship GORDON GUNTER 10,000 Hour Overhaul of Two (2) D398 Caterpillar Engines

Notice Date
8/13/2010
 
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-1179
 
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
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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quote (RFQ) number is EA133M-10-RQ-1179. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-44. 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) require the following items: CONTRACT LINE ITEM NUMBER (CLIN) QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED PRICE CLIN 0001 1 JOB 10,000 Hour Overhaul of Two (2) Caterpillar D398 Engines aboard NOAA Ship GORDON GUNTER in accordance with Statement of Work (SOW). 1 JOB Unit Price $__________ Total Price $________________ CLIN 0002 1 LOT Inspection and Findings Report in accordance With 3.1.11, 3.3.1., and 3.7.4. of the SOW. $ NSP* CLIN 0003 1 LOT Parts Breakdown in accordance With 3.1.11 and 3.3.1 of the SOW $ NSP* CLINS (0004 - 0005) relate to Growth Work. The Unit Price Column will be used throughout the life of the contract if growth work is added to the scope of the contract. If Additional Item Requests (AIRs) are issued, these items will be awarded at the quantities needed via a contract modification. The quantity shown is an estimate only and may be exceeded at the unit prices offered. [See CAR Clause 1352.271-72 and FAR Clause 52.212-4, (c) Changes] CLIN 0005 EST. 250 HOURS Additional Item Requests (AIRS)/Growth Labor Rate. Unit Price $_______ Total Price $__________ CLIN 0006 EST. $25K Additional Item Requests (AIRS)/Growth Material Mark Up. Unit %__________ Unit Price________ Total Price________ *NSP= Not Separately Priced START SPECIFICATION: CATERPILLAR D398 10,000 HOUR OVERHAUL 1. SCOPE. This specification contains requirements for the 10,000 hour overhaul of Two (2) Caterpillar D398 diesel engines aboard the NOAA Ship Gordon Gunter. The serial numbers of the engines are as follows: Engine #1: 35Z01564; Engine #3: 35Z01565. 2. REFERENCES. 2.1 Technical manual T9312-AG-MM0-010/11083 Engine Generator Set Model D398B T-AGOS 13-18 2.2 Caterpillar Maintenance Management Schedule for Marine Engines (SEBU6102) 2.3 Caterpillar Operations and Maintenance Manual (SEBU5698) 2.4 Caterpillar Service Manual (SEBR0511) 2.5 Generator alignment procedure as stated below Generator Alignment Procedure The Contractor shall take the following readings before disassembly: A. generator fan angular deflection B. generator shaft runout (TIR) C. crankshaft end play D. crankshaft deflection The above stated readings shall be taken again upon reassembly, after the generator to engine alignment relationships have been re-established. Record all results on condition reports and report the results to the attending NOAA Port Engineer, or assigned representative. Before performing the parallel and angular alignment checks, ensure that the natural clearance between the base and its foundation is properly gapped with shims at all mounting locations and check that all base-to-foundation bolts are tightened to their final torque. If deflection of the base is noted, loosen base-to-foundation bolts at affected locations, shim as necessary to eliminate deflection, and re-tighten base-to-foundation bolts to their final torque. Inability to attain repeatability of readings may be due to cocking of the flywheel by the turning tool. An end-supporting turning tool has proven to be superior to free-gear types for taking these particular reading. If an end-supported tool is not available, good results are attainable with a free-gear type if tooth engagement is reduced to the bare minimum necessary to turn the flywheel. The deflection dial indicator must not have a leash attached since it may change readings. PARALLEL ALIGNMENT (SHAFT RUNOUT) Ensure that the generator shaft surface, which is to be measured with the dial indicator, is clean. Solvent and or light sanding with emery cloth should remove any dirt or rust accumulation. Place the base of a dial indicator on the uppermost generator adaptor frame rib and position the indicator finger, which requires extensions, on the generator shaft. Preliminary readings can be taken on the coupling; final readings will be taken on the shaft only. Zero the dial indicator at the 12 o'clock position. It is essential to ensure that the dial indicator base does not move during the run-out check. Any movement will result in erroneous readings. Rotate the shaft one revolution starting at the 12 o'clock position, checking and recording the dial indicator readings every 90 degrees. To validate the readings, at the completion of the revolution, the dial indicator must return to 0 at the original 12 o'clock starting position. In order to ensure accuracy, repeatability of the readings must be obtained for two consecutive revolutions of the shaft. Desired reading is 0.000 inch. Total indicator readings shall not exceed.005 inches. Adjust drive flex plate pack (discs) to flywheel installation as necessary to bring parallel alignment into tolerance. Adjustment is accomplished by changing the diesel engine flywheel to generator drive flex plate pack relationship. If total indicator readings exceed 0.005 inches, adjustment is accomplished by removing the drive flex plate pack to flywheel bolts and turning the engine flywheel with the turning gear. The generator can be prevented from rotating with the engine by installing a capscrew in the generator coupling and then holding the generator with a 36" long pinch bar or angle iron placed on the capscrew and generator web. The engine to flywheel relationship is changed one or more bolt holes at a time. Reinstall the drive flex plate pack to flywheel bolts and take runout readings. Adjust as necessary to bring TIR readings into tolerance. GENERATOR ANGULAR ALIGNMENT Place a deflection dial indicator at the 12 o'clock position between the forward face of the fan and the drive flex plate at a point as far away as possible from the centerline of the shaft. The contact points for the deflection dial indicator fingers should be lightly punch marked. Starting at the 12 o'clock position, rotate the shaft one revolution checking and recording readings every 90 degrees. To validate readings, at the completion of the revolution, the deflection dial indicator must return to zero at the 12 o'clock starting position. In order to ensure accuracy, repeatability of the readings must be obtained for two consecutive revolutions of the shaft. Desired generator angular alignment readings are as follows: 12 O'CLOCK: 0.000 (starting point) 3 O'CLOCK: 0.000 TO +0.004 6 O'CLOCK: 0.000 TO +0.008 9 O'CLOCK: 0.000 TO +0.004 12 O'CLOCK: 0.000 (original starting point) Adjust as necessary to bring angularity readings into compliance with paragraph 3 above. If adjustment is effected, a final set of angularity readings must be obtained after all bolts securing the generator to the engine and the generator to base are tightened to their final torque. CRANKSHAFT DEFLECTION Measure between faces of connecting rod throws of the crankshaft next to the center main bearing #4 and within.250 in. of the counterweight in accordance with Caterpillar Instructions. Record readings. CRANKSHAFT END PLAY Measure crankshaft end play in accordance with Caterpillar instructions. Record readings. 3. REQUIREMENTS 3.1 General. The following requirements shall 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 within the specified time limits. NOTE: The 8-day performance period of November 23, 2010 through December 1, 2010 shall be strictly adhered to. 3.1.2 All work shall be performed by an authorized repair facility of the engine manufacturer or under the direct on-site supervision of a factory-trained mechanic currently certified by the engine manufacturer. Contractor shall submit evidence of being a Caterpillar Authorized Marine Dealer (A.M.D.) prior to start of work. 3.1.3 All work shall be in accordance with the manufacturer's service, maintenance, and overhaul technical manuals, including all current and applicable amendments and service bulletins. Unless otherwise specified, the contractor shall provide a copy of the applicable manuals, amendments, and service manuals at the job site. All repairs shall be made according to the manufacturer's engine specifications, clearances, tolerances, and procedures. 3.1.4 All parts and labor provided by the contractor shall be fully warranted. Work shall be performed in such a manner that the manufacturer's warranty on parts and labor is not voided. 3.1.5 Provide and install "mandatory renewal" parts and components as required by this specification and References 2.1 through 2.5. Other parts found to be in need of renewal may be provided by the Government (if available) and installed by the contractor. Such additional parts or components which are not provided by the Government shall be negotiated by the Contracting Officer as an Additional Item Request (AIR), see clause 1352.271-72. 3.1.6 Except where rebuilt components are authorized or specified, all components and parts used in the engines shall be new original equipment manufacturer (OEM) non-surplus components and parts. Prior to installing new or rebuilt components or parts, perform visual and dimensional inspections to verify that the components or parts are acceptable for use. 3.1.7 Where rebuilt components or parts are provided (as authorized or specified), existing components and parts shall be replaced on an exchange basis with components and parts which have been manufactured at the engine manufacturer's factory, and the existing components shall 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 by the manufacturer's factory or a manufacturer authorized repair facility. Rebuilt parts and 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. 3.1.8 Interferences shall be removed and reinstalled, as required, at no additional cost to the Government. Contractor is responsible for removing piping to/from the engine, engine heat exchangers, air motors, and all other interferences. 3.1.9 Disassemble the engines, components and parts to the extent specified herein and in accordance with References 2.1 through 2.5. Whenever the extent of disassembly is not specified, disassembly shall be to the extent required to perform the required inspections, repairs, and parts renewal. 3.1.10 Thoroughly clean and conduct a thorough visual inspection 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 of the engine. 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. 3.1.11 After inspections and tests have been completed and prior to reassembling the components, submit a report of all inspection findings and test results to the COTR. Report shall include a record of all measurements and readings taken, as well as recommendations for additional repairs, parts renewals, inspections, or tests needed to ensure continued reliable operation of the engine. The Contractor shall not proceed with any AIRS (growth work) until authorized by the Contracting Officer via a contract modification; see clause 1352.271-72. 3.1.12 After the report has been accepted and all additional work has been completed, reassemble and reinstall all components that were previously disassembled or removed. Reinstallation of all components throughout shall be with new gaskets, seals, grommets, and o-rings. 3.1.13 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 worksites to their as-found condition. 3.1.14 At the midpoint of the engine overhaul, the contractor shall contact the local office of the American Bureau of Shipping (ABS) and request a surveyor attend the ship and conduct an inspection for credit toward the engines' Continuous Machinery Survey. The contractor shall provide the COTR a minimum of 24 hours notice as to when the units will be open and ready for inspection by the ABS surveyor. The engines shall not be closed until approval is granted by ABS via the COTR. NOAA will pay for the ABS services directly under a separate purchase agreement. 3.2 Mechanical/Fluid. 3.2.1 The contractor shall perform the 10,000 hour top-end overhaul on both engines as specified in References 2.1 through 2.5. 3.2.2 Renew the following parts and components on each engine. Where "remanufactured" is added in parenthesis after a component, a remanufactured or "unit exchange" component may be provided in lieu of a new component. Quantities listed are per engine. a. Cylinder head assemblies, complete with valves, springs, guides and prechambers (remanufactured), 6 ea. b. Fuel nozzle injectors with o-rings, 12 ea. c. Jacket water pump (remanufactured), 1 ea. d.Turbocharger cartridges with seals and gaskets (remanufactured). e. Jacket water thermostats with seals and gaskets. 3.2.3 Rebuild the existing salt water pump on each engine using the following parts: a. Impeller, P/N 4L6220 b. Rebuild kit, P/N 1W7066 c. Elbow assembly, P/N 5L1549 d. New seals and gaskets 3.2.4 Remove turbo aftercooler cores (housings and elements). COTR will take aftercooler parts to a local radiator shop to be cleaned. Upon their return, contractor shall pressure test and reinstall the cores. 3.2.5 Clean and check all valve mechanism assemblies in accordance with Reference 2.4. 3.2.6 Test and adjust the fuel nozzles in accordance with Reference 2.4 prior to installation. 3.2.7 Check and adjust the fuel timing, reset all tappets and check valve rotators in accordance with Reference 2.4. 3.2.8 All items are to be presented to the ABS surveyor at the time of the Continuous Machinery Survey inspection. 3.2.9 During reinstallation of all parts, new gaskets, grommets, o-rings, and joints are to be used throughout and all items shall be torque to specifications listed in Reference 2.3. 3.2.10 Check engine-to-generator alignment in accordance with the Reference 2.5. If realignment or adjustments are required, such work will be handled through the AIR process (See clause 1352.271-72). 3.3 Electrical. 3.3.1 Test low lube oil pressure and high jacket water temperature safety shutdown devices. Inspect all electrical connections, exhaust pyrometer leads and readouts, wire standoffs and chafing protections installed on the engines and generators. Provide a condition report detailing general conditions found, as well as any abnormal findings, along with recommended corrective action, if any. Such corrective action will be handled through the AIR process (See clause 1352.271-72). 3.4 Electronics. 3.4.1 The contractor shall make known to all personnel working on the engines and generators that electrical and electronic devices and controls are present. These components must be protected from damage during the overhaul period and may require special precautions, isolation, etc. 3.5 Modifications/Repairs 3.5 As part of the 10,000 hour overhaul, the contractor shall also perform the following modifications/repairs on both engines. Quantities shown include parts for both engines. 3.5.1 Remove duplex lube oil filter housings and replace with the following parts: a. Elbow, P/N 3N6377, 2 ea. b. Coupling, P/N 3N1322, 2 ea. c. Bracket, P/N 3N2422, 2 ea. d. Nut, P/N D4719, 2 ea. e. Lock Washer, P/N 3B4508, 2 ea. f. Bolt, P/N 0S1621, 2 ea. g. Clip, P/N 6F0295, 2 ea. h. Elbow, P/N 5N3050, 2 ea. i. Plug, P/N 5M6213, 2 ea. j. Cover, P/N 3N7939, 2 ea. k. Gasket, P/N 0L1034, 4 ea. l. Tube, P/N 5N4984, 4 ea. m. Kit, P/N 6V3744, 2 ea. 3.5.2 Remove injection pump and drive and replace with the following parts: a. Camshaft, P/N 4L5816, 2 ea. b. Rack, P/N 8L3562, 2 ea. c. Seal, P/N 3P1155, 2 ea. d. Seal, P/N 3P1156, 2 ea. e. Bearing, P/N 5L5276, 2 ea. f. Bearing, P/N 5L5263, 2 ea. g. Lock, P/N 0L0364, 6 ea. h. Bushing, P/N 5H4475, 2 ea i. Bushing, P/N 5L2806, 2 ea. j. Lock, P/N 4L7823, 4 ea. k. Lock, P/N 4L7854, 2 ea. l. Gasket, P/N 7M7260, 2 ea. m. Spring, P/N 3S1252, 24 ea. n. Gasket, P/N 6L8966, 2 ea. o. Seal, P/N 032-9313, 4 ea. p. Lock, P/N 5L2931, 4 ea. q. Shaft, P/N 2W7176, 2 ea. r. Coupling, P/N 4L4662, 2 ea. s. Screw, P/N 5H5553, 24 ea. t. Pump, P/N 2S7264, 24 ea. u. Gasket, P/N 4L7631, 2 ea. v. Lock, P/N 7B9514, 4 ea. w. Gasket, P/N 4L8175, 2 ea. x. Washer, P/N 5M2894, 50 ea. y. Nut, P/N 2A5351, 24 ea. 3.6 Painting. 3.6.1 The contractor shall restore all disturbed surfaces to standard Caterpillar paint scheme. Surfaces to be painted shall be free of dirt and grease prior to paint application. 3.7 Testing. 3.7.1 The Contractor shall notify the ship's Chief Engineer, COTR, and ABS surveyor 24 hours prior to the engine/generator units being ready for testing under the ship's electrical load. Tests operate the engines after overhaul using the ship's dockside hotel load for a period not less than two hours. Test all alarm and shutdown systems prior to starting. Ship's force will line up and start engines and engage the generators on the ship's main bus. 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. Provide technicians to observe operation, verify joints are leak-free, make adjustments, and record teat data. 3.7.2 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. 3.7.3 Record the following information near the end of the 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. electrical load on generator prime mover g. turbo outlet air pressure 3.7.4 Submit a report of all test data collected. Report shall include manufacturer's recommended limits for each parameter measured. 3.8 Final Adjustments and Tune-up. 3.8.1 After satisfactory completion of operational testing, reset valves and accomplish final adjustments and tune-ups as required to provide smooth, efficient, and reliable operation. 3.9 Notes. 3.9.1 American Bureau of Shipping (ABS) inspection of 10,000 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 for ABS fees associated with the inspections under a separate purchase order. ABS Mobile contact: Senior Surveyor Neal Powell. Tel: (251) 661-3500; cell: (251) 370-7751; E-mail: npowell@eagle.org 3.9.2 Ship's force is available to provide shipboard crane service during normal working hours (M-F 0830-1530) to lift parts between the pier and the ship's aft deck. Twenty four (24) hours advance notice is required. Actual rigging of parts and moving parts to/from the aft deck and generator room shall be the responsibility of the contractor. 3.9.2 Reference 2.1 will be available for review during scheduled pre-bid inspection and during the performance period of the contract. References 2.2 through 2.4 shall be contractor furnished. Reference 2.5 follows this specification as an attachment. *3.9.3 The ship is available for pre-bid inspection September 13-14, 2010, while vessel is dockside at the Southeast Fisheries Science Center pier, Pascagoula, MS. Arrangements for inspection may be made with NOAA Port Engineer Jon Rix. Tel: (757) 441-3495; Cell: (757) 613-9000; E-mail: Jon.E.Rix@noaa.gov* END OF SPECIFICATION The 10,000 hour Engine Overhaul shall start November 23, 2010 and be completed by December 1, 2010. This period of performance includes any AIRS authorized by the Contracting Officer via modification (See Paragraphs 3.1.11 and 3.3.1 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 Marine Dealer (A.M.D.) As such, vendors must submit evidence of being an AMD. 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: COMMERECE ACQUSITION REGULATION (48 CFR 13) CLAUSES CLAUSE NUMBER TITLE DATE CAR 1352.209-72 RESTRICTIONS AGAINST DISCLOSURE APR 2010 CAR 1352.209-73 COMPLIANCE WITH THE LAWS APR 2010 CAR 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST APR 2010 CAR 1352.228-72 DEDUCTIBLES UNDER REQUIRED INSURANCE COVERAGE- FIXED PRICE APR 2010 CAR 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS APR 2010 CAR 1352.246-70 PLACE OF ACCEPTANCE APR 2010 The following clauses are included in full text: 1. CAR 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 2. CAR 1352.201-72 CONTRACTING OFFICER'S REPRESENTATIVE (COR). (a) Jon Rix is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: 439 West York Street Norfolk, VA 23510 Phone Number: 757-441-3495 Email: Jon.E.Rix@noaa.gov (b) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause) 3. CAR 1352.271-72 ADDITIONAL ITEM REQUIREMENTS (AIR) - GROWTH WORK (APR 2010) (a) This clause applies to Additional Item Requirements (AIR), also known as growth and emergent work ordered by the Contracting Officer pursuant to the Changes - Ship Repair clause or mutually agreed upon by the parties. The contractor shall perform AIR at the labor billing rates designated in the Schedule, as described in paragraph (c) of this clause. The AIR handling fee designated in the Schedule shall be the sole fee used for direct material purchases and subcontractor handling. The estimated quantity of labor hours and handling fees represent the Government's best estimate for growth that may be required throughout the contract performance period. All growth work shall be paid at the prices stated in the Schedule. (b) The contractor shall take into account the potential for ordering all estimated AIR quantities in developing the Production Schedule. The ordering of any portion of the AIR quantities does not in itself warrant an extension to the original contract completion date; however, for planning purposes, the Government anticipates ordering AIR in accordance with the following schedule: (1) No more than 75% of the hours during the first half of the contract period of performance. (2) No more than 50% of the hours during the third quarter of the contract period of performance. (3) No more than 30% of the hours during the fourth quarter of the contract period of performance. (c) The AIR labor rate shall be a flat, hourly rate to cover the entire effort and shall be burdened to include: (1) Direct production labor hour functions only. Direct production labor hours are hours of skilled labor at the journeyman level expended in direct production. Direct production is defined as work performed by a qualified craftsman that is directly related to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. The following functions are identified as direct production: Abrasive Cleaning/Water Blasting, Tank Cleaning, Welding, Burning, Brazing, Blacksmithing, Machining (inside and outside), Carpentry, Electrical/Electronic Work, Crane Operation, Shipfitting, Lagging/Insulating, Painting, Boilermaking, Pipe Fitting, Engineering (Production), Sheetmetal Work, Staging/Scaffolding, and Rigging. (2) Non-production labor hours (whether charged directly or indirectly by contractor's accounting system) shall be for labor in support of production functions. For purposes of this clause, support functions are defined as functions that do not directly contribute to the alteration, modification, or repair of the item or system identified as needing alteration, modification, or repair. Necessary support functions should be priced into the burdened rate for production labor hours. Examples of support functions include: Testing, Quality Assurance (inspection), Engineering (support), Planning (including involvement of craft foreman/journeyman in planning a task), Estimating (including determination of necessary materials and equipment needed to perform a task), Material Handling, Set-up (moving tools and equipment from shop to ship to perform a task), Fire Watch, General Labor (including general support of journeyman tasks), Cleaning (including debris pickup and removal), Surveying, Security, Transportation, Supervision, and Lofting (sail/pattern making). (d) Additional Item Requirements do not include replacement work performed pursuant to the Inspection and Manner of Doing Work or Guarantees clauses. (e) It is the Government's intention to award any growth work identified during the repair to the contractor, if a fair and reasonable price can be negotiated for such work, based upon Schedule rates. If a fair and reasonable price cannot be negotiated, the Government may, at its discretion, obtain services outside of the contract. Such services may be performed while the ship is undergoing repair in the contractor's facility pursuant to the Access to Vessels clause. (f) The contractor shall submit to the Contracting Officer the following information in all AIR proposals: (1) Number of labor hours estimated; broken down by specific direct production labor category. (2) Material estimates, individually broken out and priced. When requested by the Contracting Officer, material quotes shall be provided. (3) Subcontractor estimates, individually broken out and priced along with the actual subcontractor quotes. The requirement to submit subcontractor quotes may be waived if deemed appropriate by the Contracting Officer. (4) Material/subcontractor handling fee and the basis for the fee. (g) The contractor shall not be entitled to payment for any hours ordered pursuant to this clause until such time as a written contract modification is executed. (End of clause) 4. NOAA/ERAD INVOICING REQUIREMENTS (NOV 2008) The requirements of a proper invoice are as specified in the Federal Supply Schedule contract as well as FAR clauses 52.232-1. Unless otherwise agreed to, all invoices must contain the following information: • Name of Contractor • Task order number • Date of order • Period Covered by Billing/Invoice • Contact name and phone number • Contract Line Item # (identify labor category, number of hours (current and cumulative), hourly rate, and extension of cost. All invoices shall be electronically sent to the Contract All invoices shall be electronically sent to the Contract Specialist, Tim Corrigan, at Tim.Corrigan@noaa.gov, the COR, Jon Rix at Jon.E.Rix@noaa.gov and ERAD.invoices@noaa.gov. (End of Clause) 5. NOAA/ERAD CONTRACTOR PERFORMANCE EVALUATION (MARCH 2005) The resultant contractor's performance will be evaluated throughout the contract period for inclusion into a Contractor Performance Report (evaluation) by the end user(s) for use by this agency and other government agencies on future source selection award decisions. The report will be completed by the assigned Contracting Officer's Technical Representative (COTR) at the completion of the contract. Upon review by the Contracting Officer, the results will be provided to the contractor who will be given a period of thirty days to review and provide comments. Contractor comments will be reviewed and considered by the Contracting Office. In the case of a contract with option years, an interim report will be completed on the anniversary date of the contract each year. The areas to be evaluated are: • Quality of Product or Service • Meeting SDB Subcontracting Requirements (applicable) • Timeliness of Performance • Project Manager/Key Person • Cost Control (as applicable) • Subcontractors • Business Relations • Overall Comment Each area will be evaluated using the following adjectival scale: Outstanding (5), Excellent (4), Good (3), Fair (2), Poor (1), and Unsatisfactory (0). (End of Clause) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (SEP 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: XX (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). XX (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). XX (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). XX (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). XX (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). XX (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). XX (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). XX (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). XX (30) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). XX (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 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 4:00 P.M. EST on Monday, September 20, 2010 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 Monday, November 1, 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-1179/listing.html)
 
Place of Performance
Address: 151 Watts Avenue, Pascagoula, Missouri, United States
 
Record
SN02241233-W 20100815/100814000858-a42b2d348257df859a077711f58d74bd (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.