Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SOLICITATION NOTICE

20 -- Head and Cylinder Refurbish

Notice Date
8/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-11-T-7646
 
Archive Date
8/23/2011
 
Point of Contact
Roy J. Williams, Phone: 757-443-5960
 
E-Mail Address
roy.williams@navy.mil
(roy.williams@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 N40442-11-T-7646, 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 2005-53, effective 5 JULY 2011. NAICS code 333618 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS Guadalupe to Fairbanks Morse Engine or Motor Services Hugo Stamp as the only OEM (Pielstick) authorized service centers for the following services: The requested period of performance for the below service is 5 Sep - 3 Oct 2011. 1.0 ABSTRACT 1.1 Provide the services of a qualified diesel repair machine shop to overhaul PC4.2 main engine cylinder heads and liners. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Tech Man T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine. PC 4-2. 2.2 Enclosures: 2.2.1 None 3.0 ITEM LOCATION/DESCRIPTION 3.1 Engine: Manufacturer: Colt-Pielstick 10-Cylinders Model: PC 4.2V 570 3.2 Cylinder Heads P/N T56915 3.3 Quantity: Eight (8) cylinder heads and liners 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES 5.1 All Cylinder and Liners will be deliver to the contractors repair facility 5.2 Approximate weight of each cylinder head is 3,000lbs. 5.3 POC Jason Sulcer (757) 390-1465 6.0 QUALITY ASSURANCE 6.1 Contractor shall provide the services of an ABS (American Bureau of Shipping) Surveyor to attend, witness, inspect and certify repairs in accordance with applicable rules and regulations of the classification society. 6.2 The Contractor shall submit an as found condition report for each head describing the apparent condition of the head as delivered to the shop. The Contractor shall identify each head using existing serial numbers. 7.0 STATEMENT OF WORK 7.1 All work to be accomplished by a Manufacturer (SEMT) Authorized Repairs Facility. Provide all labor, material, special tools and equipment to perform the following requirements. 7.1.1 Contractor to include cost of shipping from repair facility to Bats Warehouse San Diego CA. 7.2 Contractor shall take all necessary precautions to protect mating surfaces and machined threads. Ensure that all openings are clear and clean of dirt and debris. 7.3 Completely disassemble cylinder heads in accordance with ref. 2.1.1 paragraph 6-56.2c. 7.3.1 Exhaust valves, intake valves, air start valves and safety relief valves require removal and overhaul. 7.4 Exhaust Valves: 7.4.1 Completely disassemble the exhaust valve assemblies in accordance with paragraph 6.59.1 and 6.59.2 of reference 2.1.1. 7.4.2 Clean, inspect, recondition and reassemble exhaust valves in accordance with ref 2.1.1, paragraph 6-59.3 using parts specified in paragraph 4.1. 7.4.3 Check flow rate on the exhaust cages in accordance with ref. 2.1.1 paragraph 6.59.4. 7.4.4 Hydro and de-scale exhaust valve cages in accordance with ref. 2.1.1 paragraph 6.59.5. 7.4.5 Recondition exhaust valves in accordance with ref. 2.1.1 paragraph 6.59.6. 7.4.6 Disassemble, clean, inspect and reassemble rotor cap assemblies. 7.4.7 Upon completion of all work submit a report with all test data and measurements from each exhaust valve assembly to the MSCREP. 7.5 Start Air Valves: 7.5.1 The Contractor shall disassemble each Air Start Valve Assembly in accordance with paragraph 6-61.2 of reference 2.1.1. 7.5.2 The Contractor shall clean, inspect, and recondition each Air Start Valve Assembly in accordance with paragraph 6-61.3 of reference 2.1.1. 7.5.3 The Contractor shall immediately notify the MSCREP of abnormal valve wear or defects. 7.5.4 The Contractor shall prepare a written report documenting the following: 7.5.5 Contact area between valve seat and valve face was even and centered on seat following Bluing Procedure. 7.5.6 The Contractor shall reassemble each Air Start Valve Assembly in accordance with paragraph 6-61.4 of reference 2.1.1 using parts specified in paragraph 4.2 7.6 Safety Valve: 7.6.1 The Contractor shall test then disassemble each Safety Valve Assembly in accordance with paragraph 6-62.2 of reference 2.1.1. 7.6.2 The Contractor shall record the pressures at which each Safety Valve opens and closes when tested in accordance with paragraph 6-62.2.b.(4) of reference 2.1.1. 7.6.3 The Contractor shall clean, inspect, and recondition each Safety Valve Assembly in accordance with paragraph 6-62.3 of reference 2.1.1. 7.6.4 The Contractor shall immediately notify the MSCREP of abnormal valve wear or defects. 7.6.5 The Contractor shall reassemble and test each Safety Valve Assembly in accordance with paragraph 6-62.4 of reference 2.1.1 using parts specified in paragraph 4.3. 7.6.6 The Contractor shall record the pressures at which each Safety Valve opens and closes when tested in accordance with paragraph 6-62.4.h. (4) of reference 2.1.1. 7.6.7 The Contractor shall adjust the valve opening pressure as required to meet the requirements of paragraph 6-62.4.h.(4) of reference 2.1.1 by changing the thickness of the shim. Following adjustment, the valve shall be retested and the test pressures recorded. If the opening pressure cannot be properly adjusted, the MSCREP shall be notified. 7.6.8 The Contractor shall prepare a written report documenting the following: 7.6.9 The valve slides smoothly in valve body following cleaning. 7.6.10 The test pressures recorded as required by paragraphs 7.2.1 and 7.4.1 of this specification. 7.6.11 Clean the cylinder heads and all disassembled parts of all grease, dirt and oil. Ensure all parts are clean and ready for detailed inspection. 7.7 Intake Valves: 7.7.1 Remove and disassemble intake valves in accordance with ref 2.1.1 paragraphs 6-60.1 and 6-60.2. 7.7.2 Clean and inspect the intake valves springs and guide bushings and record dimensions in accordance with ref 2.1.1 paragraph 6-60.3. Notify the MSCREP if any parts are found outside of limits and will require replacement. 7.8 Refurbish qty 6 cylinder liners. Re-use crates. 7.9 Conduct a thorough inspection of the cylinder heads in accordance with paragraph 6-56.3 and accomplish de-scaling in accordance with ref 2.1.1 paragraph 6-56.3 a through h. 7.9.1 Repeat the de-scaling process a maximum of two (2) times. If additional de-scaling is required submit a report to the MSCREP. 7.10 Inspect and repair the gasket seating surfaces of the cylinder head in accordance with ref 2.1.1 paragraph 6-56.3i and 6-56.5. 7.11 Conduct hydrostatic test of cylinder head in accordance with ref 2.1.1 paragraph 6-56.4a through f. 7.11.1 Submit a report of the hydrostatic test results to the MSCREP. 7.12 Conduct dye penetrate test of the cylinder heads in way of the exhaust valves, intake valves and fuel injector landing areas. 7.13 Recondition the intake valves in accordance with ref 2.1.1 paragraph 6-60.4a through f. 7.13.1 Take and record all measurements as required. 7.13.1.1 Submit a report to the MSCREP. 7.13.2 Remove existing and replace with new, intake valve seat inserts in accordance with ref. 2.1.1, paragraph 6-60.4, two (2) required per cylinder head. 7.13.2.1 After installing intake valves inserts and final machining, the contractor shall insure that inserts have a proper seating surface. 7.14 Reassemble the intake valve assemblies in accordance with ref 2.1.1 paragraph 6-60.6 using the below listed parts are for each valve. Contractor furnished material. Part Number Description Quantity / Total OT 65240.53.63 "O" Ring One (1) / 30 T447181 Bushing guide none T319472 Inlet Valve Seat Insert One (1) / 20 7.15 Reassemble the cylinder head installing all covers and plugs utilizing new gaskets and "O" rings. Below listed parts are for each head assembly: Contractor Furnished parts Part Number Description Quantity / Total T400149 Gasket Five (5) / 50 P400153N Gasket Four (4) / 40 T425652 Gasket Five (5) / 50 T433291 Gasket One (1) / 10 ON06018.10.05 Plug One (1) / 10 ON65118.24.40 Gasket round One (1) /10 ON65145.55.40 Gasket Eight (8) / 80 OT65109.14.40 Gasket Round 9x1 Seven (7) / 70 7.16 Reassemble overhauled exhaust, safety and air-start valves on cylinder heads. Ready to install cylinder heads. 7.17 Prep and paint the exterior of the cylinder head and preserve all exposed metal parts the cylinder head and associated components. Provide two (2) copies of all documentation including ABS inspection report and quality assurance documentation. One copy shall be placed in a resealable waterproof bag and wired to the cylinder head inside the crate and a second copy placed in a resealable waterproof bag outside the crate. 7.17.1 Provide the originals of all above documentation to the MSCREP. 7.18 Crate each cylinder head assembly and liner to ensure no damage during shipping and handling. 7.18.1 Crate shall be capable of being lifted by a pallet jack. 7.18.2 The outside of the crate shall be stenciled with the following information: 7.19 Each cylinder head shall be insured for replacement value of $60,000.00 U.S. currency. 7.19.1 Ship the cylinder head assembly and liners to the below listed address by traceable means. Cost of shipping for both locations: BATS Warehouse 9284 Balboa Ave. San Diego, Ca 92123 7.20 Preparation of Drawings. None. 7.21 Manufacturer's Rep: None 8.0 GENERAL REQUIREMENTS: 8.1 None additional. 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 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 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 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 8 August 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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. CONTRACTOR ACCESS TO MSC SHIPS 1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access. 2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form via e-mail from James Phillips at james.b.phillips2@navy.mil and Johnathan Overton at johnathan.overton.ctr@navy.mil. The completed form shall be returned via email to the same individuals. 3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security. 4. EPIC requests typically require five business days for clearance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7646/listing.html)
 
Record
SN02518622-W 20110804/110802235225-201b8ea94e7ec2bab2205664630449d1 (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.