SOLICITATION NOTICE
J -- USNS COMFORT (T-AH 20) - MAIN ENGINE/REDUCTION GEAR REPAIR
- Notice Date
- 7/17/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
- ZIP Code
- 23451
- Solicitation Number
- N40442-08-T-4026
- Archive Date
- 8/12/2008
- Point of Contact
- Zamora Olin,, Phone: 757 417 4549, Mia Grant,, Phone: 757-417-4810
- E-Mail Address
-
zamora.olin@navy.mil, mia.grant@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 N40442-08-T-4026, and 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 2005-24. NAICS 336611 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a sole source firm fixed price purchase order to Technical Marine Service, Inc (TMS), 6040 North Cutter Circle, Suite 302, Portland, Oregon, 97217-3956. Technical Marine Services (TMS) to perform the following work: A. GENERAL REQUIREMENTS: 1. Tag out electrically and mechanically the Main Engine, Main Reduction Gear and SSTG and ancillaries. Remove tags upon completion of all repairs. 2. Remove all interference including ducting, hangers, lighting fixtures, piping and cables to gain access the work area. Upon completion of the work reinstall them on their respective places using CFM new hardware, gaskets and fasteners. 3. All new cables and equipment shall be class and USCG approved for marine under deck application and UL Listed. All new cables shall have new stainless steel cable marks installed. 4. Optest units with ship’s force for min. 1 hour to ensure successful repairs. Correct all deficiencies during optest. MSCREP will witness the optest. Upon successful optest submit an “as released” report to MSCREP. 5. The finished installation will be essentially identical to that undertaken on the sister ship, USNS Mercy. 6. Contractor shall train ship’s crew on the newly installed system on how to operate, how to trouble shoot, how to make calibrations and adjustments and how to make hands on repairs on components. 7. Provide three (3) type written copies of instruction manuals, parts manual with recommended two (2) year spare parts list, software to make adjustments and calibrations to new RTD system. 8. Make RED LINE drawing changes on ships effected drawings by this work. 9. Clean, prepare, clean and prime all disturbed surfaces to match. Paint will be provided as GFM. B. ENGINE ROOM RTD REPLACEMENT: 1. The existing temperature monitoring system shall be removed in its entirety, with the exception of the existing bubbler units, which would be retained. 2. Provide and install a new Bearing Temperature Monitoring System (RTD). New system shall be installed “turn-key” incorporating field proven PLC-based technology which would indicate bearing temperatures and provide adjustable alarms on high or low temperatures. 3. The new RTD System shall have automatic alarm point display and lamp test capabilities. 4. Provide and install stainless steel combination mechanical thermometer and 100 ohm platinum RTD’s at each of 42 points to be monitored. The SSTG probes, which are installed in fixed mounting wells, shall be reworked to accommodate the new probes. 5. All points shall connect via new three wire shielded cable per channel into six-channel input modules in one GE Fanuc PLC mounted in the control console. 6. Each RTD shall be connected to local NEMA 4 junction boxes via individual 3SJ-16 shielded marine cables using watertight strain relief fittings. Shielded multipair cable shall be used to connect the junction boxes to the control console. 7. Temperatures shall be displayed on a new silk-screened mimic panel (located in the same location as the existing panel) depicting the layout of the main engine turbines and reduction gears, as well as the SSTG. A three-color watertight LED shall indicate each point being monitored and temperature values shall be displayed on three digital meters. When a point goes into alarm, the pertinent digital display shall automatically jump to that point, allowing operators to quickly see the offended points temperature. 8. All points shall be alarmed with setpoints being programmable with panel-front pushbuttons. A green LED shall indicate the point being displayed on the meter, while a red LED shall indicate the temperature exceeding the alarm setpoint for a given point. An amber LED shall indicate the monitored point if it is also in alarm. A summary alarm output shall be connected to the existing engineer’s alarm system and a bearing temperature alarm window added to the display. 9. Provision shall be included for incorporating temperatures into a PC-based data acquisition system, similar to what was installed on the USNS Mercy. 10. Provide and install two diode-steered 7 amp 24 vdc regulated power supplies, which shall provide power for inputs and indicating circuits. System power shall be 115 VAC, which shall be run from spare circuits in a convenient power panel near by. The following FAR 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 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 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. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4606. The following numbered notes apply to this requirement: 22. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 11 AM Eastern Time on the 28 JULY 08. Offers can be emailed to zamora.olin@navy.mil or faxed to 757-417-4575 Attn: Zamora C. Olin. Reference the solicitation number N40442-08-T-4026 on your quote.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=855a19db958d9ae3f9b1847838cbcef4&tab=core&_cview=1)
- Place of Performance
- Address: 4209 NEWGATE AVE, CANTON PIER 11, BALTIMORE, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN01616594-W 20080719/080717221117-855a19db958d9ae3f9b1847838cbcef4 (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 |