SOLICITATION NOTICE
29 -- ELECTRICAL STARTER REPAIR
- Notice Date
- 11/12/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-09-Q-6MD083
- Response Due
- 11/26/2008
- Archive Date
- 12/11/2008
- Point of Contact
- Scott A. Wood, Phone: 410-762-6434
- E-Mail Address
-
Scott.A.Wood@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The USCG Engineering Logistics Center has a requirement for repair/refurbishment of the following: 1) NSN 2920-12-305-2407, ELECTRICAL ENGINE STARTER, BOSCH SICHERHEITSSYSTEME GMBH Part number: 680S638P01, Quantity 10 each in accordance with the following overhaul description: PRELIMINARY INSPECTION REQUIREMENTS: Each Starter Motor shall be inspected as received to determine the extent of required repairs. The contractor shall provide a cost estimate that includes all labor hours, material and parts to overhaul/repair the Starter Motor. The serial number of the Starter Motor shall be included on the cost estimate. Additionally, each Starter Motor shall be inspected and verified to have a thirteen (13) tooth bendix drive gear and a five (5) lug terminal configuration. If the bendix drive gear or terminal lug configuration is not as stated, no further work shall be accomplished and the U.S. Coast Guard Contracting Officer shall be notified. OVERHAUL REQUIREMENT: The Starter Motor shall be overhauled/repaired to a condition which shall restore the operating and performance characteristics to the Robert Bosch GMBH Original Equipment Manufacturer (OEM) design specifications and standards. The overhaul shall be performed in accordance with OEM specifications and standards to include upgrades as applicable. QUALITY ASSURANCE: Each Starter Motor shall have a tag attached to a connection terminal annotating the overhaul facility name and address. Each Starter Motor shall have a tag attached to terminal 50 with instructions for the end user to ensure the jam nut is properly secured while tightening down the terminal cable hold-down nut. After completion of the overhaul/repair of the Starter Motor, the contractor shall perform standard production tests to assure maximum design performance to include but not limited to the following tests: Each terminal on each Starter Motor shall be checked for its ground wall insulation resistance value to the Starter Motor case after final assembly using a 500 volt meggohmeter. The final test reading shall not be less than 100 meggohms on a meter scale of R x 1000 minimum. The megger shall have a current calibration which shall not have exceeded one year since the previous calibration. Prior to conducting the test, both megger test leads shall be attached to the Starter Motor case and a reading of zero ohms shall be obtained, thus assuring an adequate ground connection to the Starter Motor case. The ground lead shall remain connected and NOT be removed or relocated prior to any insulation resistance test. If the ground lead is removed for ANY reason, the Starter Motor zero reading shall be verified using the procedure described above prior to the final test. When insulation is exposed to a humid atmosphere, it absorbs moisture and the insulation resistance decreases. Additionally, the amount of moisture absorption is increased by the amount of time the insulation is exposed to a humid atmosphere. The resistance value also depends upon the type of insulation and its condition. Since moisture may be driven off or evaporated by the application of heat, the insulation resistance of a winding having a low resistance reading, due to the presence of moisture, may be restored by energizing or externally heating the winding. Therefore, the Starter Motor can be heated prior to the test. Regardless of the test conditions, the Starter Motor shall not have a resistance value below 100 meggohms. The contractor may, at his discretion, conduct the test in a controlled environment. After any application of heat to the Starter Motor?s exterior, the Starter Motor shall be allowed to cool to ambient temperature, prior to the final pass fail insulation resistance test. (Pass=greater than 100 meggohms). The contractor shall provide a Certificate of Conformance for each Starter Motor; one copy shall be placed in each box with the Starter Motor and one copy shall be forwarded to the Coast Guard Contracting Officer. WARRANTY: __X_ A. Standard Manufacturers Warranty ____ B. Item being repaired as an “onboard repair” or “system stock” item and will be put into inventory. NOT FOR IMMEDIATE INSTALLATION. Contractor must guarantee item against defects that lead to failure for 90 days after installation for a period of up two (2) years after delivery to Coast Guard. PRESERVATION: Each Starter Motor shall be coated on the external surfaces with white paint to a dry film thickness of 3-5 mils. PRESERVATION / PACKAGING: PACKAGING/PACKING: Each Starter Motor shall be individually packed in a wooden box with internal bracing which shall be capable of providing adequate protection during storage and multiple shipments. The shaft of each Starter Motor shall be blocked and protected so that force applied in any direction during shipping and handling will not cause damage to the shaft. (Offerers to provide the following information on quote) ITEM 1 COST TO OPEN, INSPECT & PROVIDE REPORT: $____________ ITEM 2 PRELIMANARY ESTIMATE TO REPAIR PUMP: $___________ (*Note this is a cost estimate to be prepared based on historical data of what major components are standard replaced in during an average overhaul/repair. It is not a firm estimate and is not used to evaluate the quote.) ITEM 3 LOADED HOURLY RATE CHARGED BY YOUR COMPANY: $___________ Assembly as received by the contractor must be complete and of the proper cited part number. Discrepancies shall be reported to the Coast Guard Contracting Officer. Delivery shall be F.O.B. Destination to USCG Engineering Logistics Center, Baltimore MD. Delivery of inspection report 15 days upon receipt of GFM (Government Furnished Property) Final delivery 45 day after authorization to proceed with repair. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2005-27 (OCT 2008) and as supplemented with additional information included in this notice, and FAR Part 6.302.1. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Quotations shall include, proposed delivery in days, pricing for item's with shipping included in unit price, the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 811310 and the small business size standard is 6.0 MILLION. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at: http://www.arnet.gov/far FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2008) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (NOV 2008). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2008). The following clauses listed in FAR 52.212-5 are incorporated: FAR 52.219-6 Notice of Small Business Set-aside (JUN 2003), FAR 52.219-8, Utilization of Small Business Concerns (May 2004)(15U.S.C.637(d)(2)and(3); FAR 52.222-3 Convict labor (June 2003) (E.O. 11755); FAR 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sept 2006)(38 U.S.C. 4212). FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). FAR 52.225-1, Buy American Act—Supplies (April 2006)(41 U.S.C. 10a-10d); FAR 52.225-13,Restrictions on Certain Foreign Purchases (April 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3bc61846f0b7165ef71f84f96c2c150b&tab=core&_cview=1)
- Record
- SN01703562-W 20081114/081112215000-3bc61846f0b7165ef71f84f96c2c150b (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 |