Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
MODIFICATION

30 -- USNS Lenthall Engine Room Bridge Cranes Repair

Notice Date
12/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System 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
N40442-11-T-7119
 
Archive Date
12/23/2010
 
Point of Contact
Bryan Walsh, Phone: 7574435908
 
E-Mail Address
bryan.walsh@navy.mil
(bryan.walsh@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 - to extend the response time 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 N40442-11-T-7119, 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 2005-45, effective 01 OCT 2010. NAICS code 333923 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 firm fixed price purchase order for USNS LENTHALL for the following service: The requested period of performance for the above service is 03 January 2011 - 16 January 2011 Statement of Work 1.0 ABSTRACT 1.1 The intent of this work item is to inspect, repair, weight test and recertify the overhead electric bridge cranes serving the port and starboard main engines. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 Manufacturer's Instruction Manual No. TG812-AB-MMC-010; Engine Room Bridge Crane. (available onboard) 2.2 Enclosures: None. 3.0 ITEM LOCATION/QUANTITY/DESCRIPTION 3.1 Location: Engineroom, 25 ft. flat, over the port and starboard main engines. 3.2 Quantity/Description: Qty. Mfr./Model Serial No. Capacity Location 1 R&M/D325F22T 156566UFI 10,000 lbs. over stbd. main engine 1 R&M/93-5-25722T 146838PDZ 10,000 lbs. over port main engine 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 None. 5.0 NOTES 5.1 Bridge Cranes were last certified, March 2010. 5.3 MSC Info: VRR's 10-025 & 10-026. 6.0 QUALITY ASSURANCE REQUIRED 6.1 All work shall be performed to the satisfaction of the Port Engineer and the Chief Engineer. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the services of an OSHA Certified Crane and Hoist Contractor to inspect, repair, weight test and recertify the overhead bridge cranes located in the Engine Room, over each of the port and starboard main engines, using reference 2.1.1 for guidance. 7.2 With the assistance of ship's force ensure that all pertinent electrical systems and circuit breakers have been properly secured and "Tagged Out" IAW MSC procedures before commencing with this work item. 7.3 Erect staging to gain access to overhead bridge cranes. Remove upon completion of repairs and recertification. 7.4 Conduct a visual inspection and operational test of each bridge crane in the presence of the Port Engineer and the Chief Engineer. 7.4.1 Submit an "as found" condition report with the results of the inspection and operational testing, detailing any recommended repairs or parts replacement. 7.4.2 The cost of additional repairs, or repair parts, if authorized by the Port Engineer, will be covered by a change order to this work item. 7.5 Accomplish the following known repairs on both of the port and starboard bridge cranes: 7.5.1 Shim and re-align pinion gears and drive gears. 7.5.2 Replace missing/damaged key in brake assemblies. 7.5.3 Replace broken chain on brake assemblies. 7.5.4 Replace damaged/defective hoist limit switches. 7.5.5 Adjust, set and test all safety shutdown mechanisms and limit switches. 7.5.6 Clean and re-grease all lubrication points as described in reference 2.1.1. 7.6 Upon completion of inspections and repairs, conduct a 125% static load test on each overhead electric bridge crane utilizing a calibrated dynamometer or a calibrated load cell. 7.6.1 The contractor shall weld and test "stay points" to the ship's structure as necessary to perform load testing. 7.6.2 Provide Gas-Free Certificate from a certified Marine Chemist prior to commencement of hot work. Maintain certification throughout the performance of repairs as necessary. 7.6.3 The contractor shall remove and grind smooth all locations where a dead-end support structure was welded to the deck or ship's structure to act as a "stay point" during testing. 7.6.4 Upon completion of the 125% static load test, conduct a dynamic operational test under 50% load. 7.7 Provide to the Port Engineer an original and two (2) copies of Weight Test Certificates stipulating that the overhead electric bridge cranes were satisfactorily weight tested to 125% of rated lifting capacity. 7.8 Mechanically clean, prepare, prime and paint all new and disturbed areas to match surrounding surfaces. 7.9 All dirt and debris resulting from this work item shall be removed from the ship daily and all areas left clean and in good order. 7.10 Preparation of Drawings: None. 7.11 Manufacturer's Representative: 7.11.1 The contractor shall provide the services of an OSHA Certified Crane and Hoist Contractor to perform the requirements of this work item. 8.0 GENERAL REQUIREMENTS 8.1 None additional. Work to be performed in Norfolk, VA The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 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. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 08 December at 1:00 pm local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Bryan.Walsh@navy.mil or faxed via 757-443-5979 Attn: Bryan Walsh. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eafc1e933ea082748c4e939cca267db8)
 
Place of Performance
Address: Norfolk, Virginia, United States
 
Record
SN02340854-W 20101210/101208234313-eafc1e933ea082748c4e939cca267db8 (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.