Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2003 FBO #0702
SOLICITATION NOTICE

19 -- REMOVAL AND REPLACEMENT OF PORT AND STARBOARD ENGINES AND GEAR ASSEMBLIES ON THE M/V LAUNCH WHEELER LOCATED AT USACE NEW ORLEANS DISTRICT, 7400 LEAKE AVE., NEW ORLEANS, LA 70118.

Notice Date
10/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-04-T-0005
 
Response Due
11/12/2003
 
Archive Date
1/11/2004
 
Point of Contact
Gerald Sanderson, 504-862-1099
 
E-Mail Address
Email your questions to US Army Engineer District, New Orleans
(gerald.r.sanderson@mvn02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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; proposals are b eing requested and a written solicitation will not be issued. 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; proposals are b eing requested and a written solicitation may be requested. Solicitation number W912P8-04-T-0005 is issued as a Request for Quotation (RFQ) . The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. This solicitation is set-aside for Small Business. NAICS code 811310 applies and the small business size standard is $6,000,000.00. Line Item Number(s) Description Quantity Unit 0001 Furnish necessary Labor, Parts, 1 Lot Equipment, Transportation and Services to proceed to the M/V Launch Wheeler located at the New Orleans District Dock, 7400 Leake Ave, New Orleans, LA 70118, remove the Port and Starboard main Engines, Repair or Replace the Detroit Diesel 8v92 Main Engines and Twin Disc 5111A Marine gear and reinstall in accordance with the attached specifications. The requirements of the Walsh- Healy Act apply to this acquisition. The requirements of the USACE Safety Manual EM-85 apply. Provide price breakout as follows: PRICING SCHEDULE Supplies or Service and Prices/Costs ITEM DESCRIPTION QUANTITY U/I UNIT PRICE AMOUNT 1. Removal and Replacement services to include all required labor, tools, materials, equipment, and transportation not provided by the Government. 1 LS ___________ 2. (Optional) In-Shop Overhaul Detroit Diesel Engine 8V92, MODEL 8083-7000, S/N 5A21376 (2 Each) 2 EA ___________ 3. (Optional) In-Shop Overhaul Twin Disc, Model 5111A (2 Each) 2 EA ___________ 4. (Optional) Exchange Remanufactured Detroit Diesel 8V92 Engines (2 Each) 2 EA ___________ 5. (Optional) Exchange Remanufactured 2 EA ___________ 6. Twin Disc, Model 5111A (2 Each) 2 EA ___________ TOTAL OFFER (Total includes item 1 and optional items proposed) EA _______________ The following core charges are OPTIONAL ITEMS and payment will be in accordance with the specifications. Prices for optional items will be used during the price evaluation to determine the overall potential contract award amount. 7. Cylinder Block Core Charge 1 EA ___________ 8. Cylinder Head Core Charge 2 EA ___________ 9. Crankshaft 1 EA ___________ 10. Camshafts 2 EA ___________ Extended Item 0001 Description: SCOPE OF WORK/SPECIFICATIONS GENERAL: The Contractor shall furnish all labor, material, parts, equipment, fuel, oil, transportation upon approval from Contracting Officer all services necessary to remove the port and starboard main engines, Detroit Diesel 8V92, along with the Twin Di sc 5111A marine gear for a complete shop overhaul, or exchange for remanufactured Detroit Diesel 8V92 engine and Twin Disc 5111A remanufactured exchange marine gear for the M/V Launch Wheeler. The M/V Launch Wheeler is a 44 foot survey/ crew boat located at the USACE, Wheeler Dock, New Orleans, La. Award will be made to the lowest priced - technically acceptable offer, including delivery date. Offeror??????s are encouraged to submit separate offers for combinations of items 2 through 5. Offer shall su bmit as part of their quote an estimated completion date 1. Required delivery date for this project is Not Later Than 15 Dec 2 003. Information on the existing engines and transmissions is as follows: PORT STARBOARD Engine Make: Detroit Diesel Engine Make: Detroit Diesel Engine Model: 8083-7000 Engine Model: 8083-7000 Engine S/N: 5A21376 Engine S/N: 5A21376 Spec No.: 1139 Spec No.: 1139 Trans. Make: Twin Disc Trans. Make: Twin Disc Trans. Model: 5111A Trans. Model: 5111A 2 REMOVAL AND REPLACEMENT: Remove upon approval all interference and disconnect all fuel, water, controls, shafting and electrical connections on the Port and Starboard main engines and transmissions. Remove the alternators and starters from the existing, inspect each for damage, repair or replace if defective and re-install them on the rebuilt engines after repairs. Inspect all engine foundations and transmission foundation mounting holes for engines and gear for damage. If mounting holes are damaged (oblong or elongated) make the necessary arrangement to have the mounting holes plug welded and re-drill mounting holes when engines and transmissions are being installed to achieve the proper alignments. After a complete overhaul or exchange of the engine re-install the engine to the proper transmission for testing of both units. After testing load units and return to vessel. Check the alignment of the shafting and add shims to achieve no more than 0.004 differences between any two opposite points on the coupling. Replace all interferences, connect all fuel, water, exhaust, controls, shafting and electrical connections. Fill the water with a 50 percent solution of ethylene glycol base antifreeze and water treated with Nalcool 3000. Make all necessary adjustments during a dock and sea trial. Test to make sure all engine alarms, indication gauges, start, stop, controls etc. are working properly and that the engines meet the required speed and performance. 2. (Optional) In-Shop Overhaul Engines: Remove the existing Port and Starboard main engines and the Twin Disc transmissions, Load units on a contractor furnish truck and take units to the contractor shop for a complete cleaning and inspection of the engin es and the marine gear. Inspect both for wear, defects, damage parts and submit a report on the condition of the units for a complete in shop overhaul to the Contracting Officer base on number of shop time man hours to overhaul each unit, with an itemize l ist of all parts required, the unit cost of each part with part numbers, descriptions of each part(s), any discounts offer for parts and miscellaneous environmental cost for a complete shop overhaul before repairs. Upon approval to proceed rebuild units us ing genuine Detroit Diesel Corporation (DDC) parts for 8V92 engines. The rebuilt engines shall be a complete shop overhaul unit, completely rebuilt with genuine Detroit Diesel Corporation (DDC) parts identical in all respects to the existing engines. All applicable service limits, disassembly, repair and assembly procedures detailed in the latest edition of the DDC service manuals and bulletins will be followed. The engines and transmissions shall be painted with two coats of alpine green engine enamel. 2.1 The rebuilt engines shall be assembled with the following new parts: (1) All seals, sleeves and gaskets. (2) All main, connecting rod and crankshaft bearings. (3) Cylinder kits including liners, pistons, rings, bushings, pins and retainers. (4) Gear and engine oil cooler cores. (5) Fuel jumper lines. (6) Vibration dampers. (7) Thermostats, water and fuel hoses. (8) Lube oil pressure regulators and relief valves. (9) Fuel and lube oil filter elements, The secondary fuel filter elements and covers shall be the spin-on type. Th e oil filter elements and adaptors shall be the spin-on type. NOTE: The primary fuel filters have been replaced with Racor filter water separators. (10) Pressure switches and electric sending units. (11) Anodes. 2.2 The engines shall have been assembled with the following rebuilt components: (1) Cylinder heads. (2) Blower. (3) Fresh water pump. (4) Fuel pump. (5) Lube oil pump. (6) Fuel injectors. (7) Governor. (8) Raw water pump. (9) Connecting rods and bearing caps. (10) Wet exhaust manifolds. (11) Recondition Crankshafts, (Crankshafts no more than 0.010 under size). (12) Tachometer drives. (13) Or any other rebuilt components or new parts not mention to make up a complete assembly of the engine during the shop overhaul. 2.2.1 The rebuilt engines shall be subjected to a basic and final run-in test on a dynamometer, and witness by the government inspector(s). The procedures detailed in the latest DDC service manual shall have been followed. The Contractor shall furnish a ce rtified engine test report on the form provided in the DDC service manual. The engines shall have developed the rated horsepower +/- 3% during the final run-in test. The engines operating conditions shall be within the normal limits published in the DDC se rvice manual. 3. (Optional) In-Shop Overhaul Transmissions, Twin Disc 5111A, completely disassembled, clean, inspect and submit a itemize list of the required parts, description of parts, part numbers, quantity, unit cost, total shop time man hours to recondition the un its to make it serviceable with the rebuilt engines. Submit itemize report for total repair cost of the gear to the Contracting Officer before repairs, also submit the warranty period for this repair. Upon approval to proceed rebuild units with genuine Twi n Disc Transmission parts for the 5111A Marine gear. All parts and subassemblies must be handled carefully to prevent nicking, scratching and denting. Close fitting parts may have proper clearance but can bind if they are nicked, scratched, or dented. Part s which depend upon smooth surfaces for sealing may leak if scratched. All parts should be carefully handled and protected during removal, cleaning, inspection, and installation of the units. All parts must be clean to permit effective inspection. It is ve ry important that no dirt or foreign material be allowed to enter the transmissions. Contractor will follow all applicable service limits, disassembly, repair and assembly procedures detailed in the latest edition of the Twin Disc service manual, bulletins and the latest cleaning procedure and parts cleaning procedures for this model gear. Contractor will disassemble the unit and inspect the transmissions for damage or defects in parts and replace all parts that don??????t meet the wear limits as outline in the service manual. Inspect bearings for roughness of rotation, Replace if its rotation is still rough after cleaning and oiling. Inspect bearings for scored, pitted, scratched, cracked, or chipped races, and for excessive wear of rollers or balls. If one of these defects is found, replace the bearing. Inspect bearing housing and shaft for grooved, burred, or galled conditions that would indicate that the bearing has been turning in the bore or on the shaft. If the damage cannot be repaired replace the defective part. Any bear ing that has been subjected to metal contamination must be closely inspected for metal particles. Metal particles will cause failure of the bearing. The presence of dirt or grit in the bearings is usually responsible for bearing failures, it is important t o keep bearings clean during removal and installation. Inspecting Cast Parts, Machined Surfaces ?????? Inspect bores for wear, scratches, grooves, and dirt. Remove scratches and burrs, Remove foreign matter, Replace parts that have scratches or grooves that cannot be removed. Inspect all oil passages for obstr uctions. If an obstruction is found, remove it. Inspect mounti ng faces for nicks, burrs, scratches, and foreign matter, remove such defects. If scratches cannot be removed with crocus cloth, replace the part. Inspect threaded openings for damaged threads. Replace housing or other cast parts that are cracked. Inspect all machined surfaces for damage that could cause oil leakage or other malfunction of the part. Rework or replace the defective parts. Inspecting Bushings, Thrust Washers: Inspect bushings for scores, burrs, roundness, sharp edges, and evidence of overheating. Remove scores, burrs, and sharp edges. If the bushing is out-of-round, deeply scored, or excessively worn, replace it. If it is n ecessary to cut out a defective bushing, do not damage the bore into which the bushing fits. Inspect thrust washers for distortion, scores, burrs, and wear. Replace if defective or worn. Inspect oil seals, Gaskets: Replace all seal rings, oil seals, and composition gaskets. Inspect hook type seal rings for wear, broken hooks, and distortion. Inspect Gears: Inspect gears for scuffed, nicked, burred, or broken teeth, if the teeth cannot be removed with a soft honing stone, replace the gear. Inspect gear teeth for wear that may have destroyed the original tooth shape. If this condition is found, replace the gear. Inspect the thrust face of gears for scores, scratches, and burrs. If the defect cannot be removed replace the gear. Inspect splined parts: Inspect for stripped, twisted, chipped, or burred splines. Remove burrs with a soft stone. Replace the part if other defects are found. Spline wear is not considered detrimental except where it affects tightness of fit of the spline parts. Inspect threaded parts for burred or damaged threads, inspect snap rings for nicks, distortion, and excessive wear. Inspect springs for signs of overheating, permanent set, or wear due to rubbing adjacent parts. Inspect clutch plates, friction-faced clutch plates for burrs, embedded metal particles, and severely pitted faces, excessive wear, cone, cracked, distortion, and damaged spline teeth. Inspect Swaged, interference-fit parts if there is evidence of looseness due to relative motion, the assembly shoul d be replaced. Inspect seal contact surfaces that contact the sealing area or lip of any seal. Roughness, scoring, pitting, or wear that will permit oil leakage or cause damage to the seal must be corrected. 4. (OPTIONAL) EXCHANGE ENGINES AND TRANSMISSIONS: Furnish to the Contracting Officer your cost for two, (2) Remanufactured Detroit Diesel 8V92 exchange engines for the M/V Launch Wheeler port and starboard main engines. Upon approval from the Contracting Officer, the Contractor will proceed as outlined, remove and install the exchange engines and transmissions. The exchange engines shall be complete units that have been completely rebuilt with genuine Detroit Diesel Corporation (DDC) parts identical in all respects to the existing engines. All applicable service limits, disassembly, repairs and assembly procedure s detailed in the latest edition of the DDC service manual and bulletins shall have been followed. 5. WARRANTY: The rebuild or exchange engines shall be warranted against defects in material and workmanship for six 6 months as outlined in the latest Detroit Diesel Corporation Replacement Parts Guideline. The warranty shall cover parts, and if offered l abor and transportation costs. 6. PERSONNEL Experience: All repairs shall be performed by component trained mechanics that possess experience with DDC, and Twin Disc products. The procedures for diagnosis, disassembly, cleaning, inspection, repair and assembly detailed in the manuf acturer??????s latest published service manuals and bulletins shall be used and shall supercede any instructions contained in this specification. Offeror by submitting a quote certifies that these experience requirements are met. The Government reserve s the right to request documentation to support this certification at any time during the pre-award or post-award phase of the contract. Examples of documentation that may be requested include: Completed repair orders on DDC or Twin Disc products or training records of employees. 6. GOVERNMENT FURNISHED EQUIPMENT: The Government will furnish the crane and operator to lift the engines and transmissions from the vessel to the Contractor furnished truck for removal and lift the engines and transmissions from the Contractor furnished truck to the vessel for reinstallation. Contractor must prov ide the Government a minimum of 48 hours notice to schedule removal and installation excluding weekends and holidays. 8. SAFETY: Contractor shall be required to submit a safety plan for approval and receive a Notice to Proceed (NTP) from the Contracting Officer prior to beginning work on this project. Contractor must allow sufficient time in planning work schedule to a llow the Government an opportunity to review the safety program and provide approval. A new Corps of Engineers safety manual will be effective on 3 Nov 2003 and can be found at http://www.hq.usace.army.mil/soh/em385/385TOC.htm. All contractors performi ng work for the Corps of Engineers must have a designated Site Safety and Health Officer who has completed a 10-hour OSHA safety course, and this training, which is free to the public at the below web site, fulfills the mandatory training requirement http ://www.mvn.usace.army.mil/ss/osha600/s600/. Offerors in response to this solicitation should consult both of these site before submitting a quote. - Delivery date is 15 Dec 2003. FOB Destination. Delivery point is USACE District Headquarters, Dock located at 7400 Leake Ave, New Orleans, LA 70118. - The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. - All offeror??????s are to complete the provision 52.212-3 and return with their offer. - The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (a statement regarding any addenda to the clause). - The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, The following clauses are check as applying: 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52 .225.13, and 52.232-33. - The following clauses apply as an addendum to the commercial item clauses above: 52.212-5 (Deviation) 52.246-1 Contractor Inspection Requirements 52.247-25 Government Furnish Equipment With or Without Operators 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.204-7004 Required Contractor Registration 252.225-7002 Qualifying Countries as Subcontractors 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7035 Buy American Act- Balance of Payments Certificate 252.225-7036 Buy American Act- Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report - Warranty is required per item 5 of the specifications. - Numbered Note 1 Applies to this acquisition. - All quotes are due in the USACE, New Orleans District Procurement Branch Office by 12 Nov 2003 at 10:00 a.m. Quotes may be faxed to 504-862-2892. - Contact Gerald Sanderson at 504-862-1099 or email Gerald.r.sanderson@mvn02.usace.army.mil for information regarding this solicitation.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00460980-W 20031030/031028213332 (fbodaily.com)
 
Source
FedBizOpps.gov 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.