Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
MODIFICATION

J -- Rebuilding Engines on the Dredge Hurley

Notice Date
3/15/2012
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-12-Q-0022
 
Response Due
3/23/2012
 
Archive Date
5/22/2012
 
Point of Contact
Jackie Primer, 1-901-544-3340
 
E-Mail Address
USACE District, Memphis
(jackie.primer@mvm02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will not be issued. The U.S. Army Corps of Engineers, Memphis District anticipates awarding a FFP contract for a contractor to perform the below requirement to overhaul two engines in accordance with the below Performance Work Statement. Performance Work Statement/Specifications 1.The Memphis District, U.S. Army Corps of Engineers has a requirement for a contractor to overhaul two (2) 16-7FDM G.E. Engines. The engines are located on the Dredge Hurley at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. 2.Contractor shall furnish all necessary labor, parts, equipment, material, supervision, transportation and services required to repair each G.E. Engines to a fully functional state. Services shall include but not limited to checking and/or repairing the following items: Center Sections disassembled (All parts in the center section of the Main Engine, not included with the Front or Rear section. Wiring tray, exhaust and jacket water manifolds, air boxes, etc.) [Manuals, specs, and drawings are available if needed.] Remove Turbos and intercoolers. Remove Water and L/O pressure pumps. Inspect, clean front and rear end of engines. Clean center sections. Inspect blocks for cracks. Inspect cam shafts for requalification. Furnish and install new main bearings. Furnish and install unit exchange complete power assemblies with new seals and rod bearings. Furnish and install unit exchange turbos and intercoolers. Furnish and install unit exchange water and lube oil pressure pumps. Furnish and install new gaskets, gasket kits, seal, and fasteners. All fasteners tightened to OEM specifications. Time Engines. (All fasteners to be torqued to manufacturer's specifications, as per 7FDM16A11 Running Maintenance manual. [Torque charts are available] Set fuel racks and fill with new fluids. Turbo-Charger Testing as per manufacturer's specifications, including but not limited to speed, vibration, clearances, bearings, seals, and shaft. Dyno Test to be completed on the Hurley's spare turbo to assure it is in good working condition. Contractor shall send turbo out to have it tested for, but not limited to, rated speed, vibration, oil seal leakage, and proper function of Turbo. One extra unit exchange Art Rod Power assembly shall be provided for a total of 17 complete Utex Art rod power assemblies and 16 complete Utex Master rod power assemblies. To overhaul both Main Engines, contractor shall provide, but not limited to, 16 complete Utex Master rod power assemblies an 17 complete Utex art rod power assemblies. Overhauling includes, but not limited to, Rods, pins, piston and Piston rings, intake and exhaust valves, seats and power packs. The contractor shall provide the Hurley two (2) master rod and two (2) art rod assemblies as spare parts.) Front End of Main Engine to be removed. Check and replace vibration damper, as necessary. Check and replace Rubber Bonded Pump Drive Coupling, as necessary. Lube Oil Relief Valve shall be inspected, tested, replaced or recondition, as necessary. Replace or recondition Exhaust manifold. Check back pressure on exhaust system. Replace crankshaft thrust collars. Replace or recondition Governor Drive Gear Box. Replace or recondition Over speed Governor. Replace over speed link. Inspect and check the operation of the fuel control linkage and replace as necessary. (Wear and clearance). Check and replace, as necessary, air intake manifolds. One (1) Year Warranty shall be provided for all parts and workmanship. 3.Contractors shall submit a lump sum quotation for each engine to include all charges. Contractor shall also provide a detailed list identifying items that are being repaired and parts necessary to complete repair. 4.The contractor may be required to transport the engines, or parts, to their shop to complete the repairs. However, a quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, the items to be supplied under this purchase order shall be repaired on site, if possible, within four (4) weeks of award. Prior to service, the Contractor shall coordinate services with the personnel to ensure someone is present. 5.Once a contract is awarded, only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Officer. Site Visit 6.In accordance with FAR 52.237-1, site visit will be held on March 21, 2012 at 9:00 a.m. Central Standard Time (CST). Vendors shall notify Jackie Primer via email NLT March 20, 2012 at 1: 00 p.m. CST of intent to attend the site visit. Potential vendors are required to have a hard hat and recommended to wear safety shoes to the site visit. Instructions and/or directions will be provided to all vendors who notify the government of intent to attend site visit. Site visit will be conducted at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. Interested parties are to email Jackie Primer at jackie.primer@usace.army.mil for verification of attendance. 7.Any questions from the site visit must be submitted in writing to Jackie.Primer@usace.army.mil no later than March 22, 2012 at 9:00 a.m. CST. This acquisition is unrestricted. The associated NAICS code is 811310 with a size of $7,000.000.00. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a quotation for each line item with unit cost and total cost. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors-Commercial Items. FAR 52.212-3 - Offeror Representation and Certifications-Commercial Items. FAR 52.212-4 - Contract Terms and Conditions-Commercial Items. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (CCR); FAR 52.229-3 Federal, State and local taxes; FAR 52.242-13, Bankruptcy; FAR 52.252-2 Clauses to Incorporate by Reference; FAR 52.228-5, Insurance-Work on a Government Installation; FAR 52.237-1, Site Visit; FAR 52.327-2, Protection of Government Buildings, Equipment and Vegetation; FAR 252.225-7002 Qualifying Country Sources of Subcontracting; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 52.203-3, Gratuities; FAR 252.225-7001, Buy American Act and Balance of Payments Program; FAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.243-7002, Requests for Equitable Adjustment; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR ; DFAR 252.209-7004, Subcontracting With Firms, That Are Owned or Controlled By The Government of a Terrorist Country; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by March 23, 2012 no later than 4:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-12-Q-0022 addressed to Jackie Primer, Contract Specialist, Phone (901) 544-3340, Fax (901) 544-3710, email address jackie.primer@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-12-Q-0022/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02697569-W 20120317/120315234738-09d51d1bb940a1eb584ef957d178d955 (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.