Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2009 FBO #2748
SOLICITATION NOTICE

20 -- Re-Certify four lifeboat and four lifeboat winches and davits

Notice Date
6/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-09-T-5403
 
Archive Date
7/11/2009
 
Point of Contact
Ricky E. Jennings, Phone: 7574435961, Veronica Savage, Phone: 757 443-5966
 
E-Mail Address
ricky.jennings@navy.mil, veronica.savage@navy.mil
(ricky.jennings@navy.mil, veronica.savage@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 N40442-09-T-5403, 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 5-32- Technical Amendment. NAICS 488390 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for the following services: (CLIN) 0001: USNS LARAMIE / ANNUAL LIFEBOAT RECERTIFICATION – ITEM NO. 607 1.0 ABSTRACT 1.1 Inspect the vessel's four (4) encapsulated life boats and conduct re-certification tests for the USCG. 2.0 REFERENCES/ENCLOSURES 2.1 References 2.1.1 NAVSEA Tech. Man. TS800-AC-MMC-010, Encapsulated Lifeboats (available onboard). 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: 03-84, port and stbd, 3.1.2 Quantity: Four (4) Motor Propelled Encapsulated, Self-Righting Life Boats. 3.2 Item Description/Manufacturer's Data 3.2.1 Item Description: Each of the four (4) fiberglass encapsulated life boats carry 69 persons and is powered by a LISTER DIESEL, MODEL: 3400162ST2O-244, fresh water cooled engine with electric start. 3.2.2 Manufacturer's Data: Mfr: Schat Watercraft Model: 9.4M Mk IV Length: 32.81 ft. Hull: Fiberglass Reinforced Plastic 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 None 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR’s including but not limited to GTR’s 1 through 7. 5.2 Contractor shall provide all crane service, rigging, transportation and manpower to remove lifeboats from stowed position, transport to and form Contractor’s facility for maintenance and re-stowing in their secured positions upon return. If transported via open water, Contractor shall provide Tow Boat and all necessary personnel. Boats are not to be motored to Contractor’s facility. 5.4 Period of Performance: 3 Aug – 30 Aug, 2009 5.5 LOC: Norfolk Naval Base, Pier TBD. 6.0 NOT USED 7.0 STATEMENT OF WORK REQUIRED 7.1 Remove each boat from stowage aboard ship and transport to an inside work area. Fabricate a temporary cradle capable of blocking up each boat securely at a height to facilitate inspection, repairs, and painting of underwater hull. The keel shall not be less than 16 inches above the ground and shall have blocks arranged under it so that the keel does not support the weight of the entire boat. 7.1.1 Remove all equipment, including life preservers, life rings, and lines, from each lifeboat. Lay out all equipment, in a secure area, from each boat for inspection by the USCG Marine Surveyor and the MSC representative. Submit to the MSC representative: a typewritten report listing all discrepancies found during the inspection of the life boat and listing any equipment which the USCG Marine Surveyor has condemned and which is required to be replaced within the first week of the contract. Reinstall all equipment on the lifeboats upon approval of the USCG Surveyor. 7.2 Inspect the hull interior and exterior, machinery, tanks, and associated equipment. Spray a fire hose at the bottom and top of the hull to identify any leaks. 7.2.1 For each boat: patch and repair approx. five (5) sq. ft. area on fiberglass hull identified in testing in accordance with manufacturer's requirements. Retest the sections to prove repairs. 7.2.2 Wash and clean the entire interior and exterior hull surfaces and fittings so they are free of all dirt, salt, and grease. Do not damage fiberglass surfaces. 7.2.3 Wax the entire hull underside surface and capsule to preserve it. 7.2.4 Replace all hatch gaskets. Dismantle and clean hatch dogs and castors. Reassemble upon completion. 7.2.5 Replace support wheel assembly on sliding hatch arrangement for both port and stbd hatches on four (4) ea. Lifeboats. 7.3 Remove and dispose of fuel and bilge water. Remove the fuel tank. Drain, clean, and flush the fuel tank and fuel lines. 7.3.1 Remove all covers to allow a complete inspection of all hull fittings and boat interiors by the USCG Marine Inspector. 7.3.2 Remove the propeller. Inspect the propeller. Accomplish minor repairs. Reinstall the propeller, using a new Monel key conforming to QQ-N-281, Class A. Inspect and test self bailer. Inspect shaft seal. 7.3.2.1 Adjust, modify and repair propeller and/or Kort nozzles to eliminate any contact between the two components during rotation. 7.3.3 Test the fuel tanks to 1 psi air pressure. Repair all leaks found. Retest the repaired tanks and prove them tight. 7.3.4 Test the electrical system on the life boats. Ensure all lights work and bilge pump. Ensure the engine starts properly. Ensure the alternator is working properly. Ensure the batteries are filled with distilled water to proper levels. Replace defective bulbs and fuses. 7.4 Conduct the following system checks in accordance with ref. 2.1.1. 7.4.1 Sprinkler System: Verify operation of sea inlet valve and lubricate, check sprinkler pump, water spray nozzles, hose connections, and adjust V-belt tension. 7.4.1.1 Flush system with fresh water. 7.5 Perform the following work listed below on the diesel engine in each of the Four (4) motor propelled life boats. 7.5.1 Remove the injector nozzles. Perform a compression check on all cylinders of the diesel engine. Report the compression readings to the MSC Representative. Recondition and set each injector to lift at the manufacturer's specified design pressure. Reinstall the injectors. 7.5.2 Drain and flush the engine crankcase and transmission. Removed and disposed of all fluids in accordance with all Federal, state and local environmental regulations. 7.5.3 Blow out and flush all fuel oil lines, fresh and salt water cooling lines and condensers. Provide and install new lube oil and fuel oil filters with new. Provide and install new oil in the crankcase and transmission. Provide and install fresh water and anti-freeze, Provide and install fresh diesel oil in all fuel tanks. Provide and install fungus inhibitor to the fuel. All work shall be in accordance with manufacturer recommendations. 7.6 Place the boat in the water. Test-run the engine and adjust it for proper operation to the satisfaction of the MSC representative. Test-operate the boat for a period of 2 hours. After completing the test, top off the fuel tanks. 7.6.1 Conduct all tests and inspections to the satisfaction of the USCG Marine Inspector, the MSC representative, and the requirements of reference 2.1.1. 7.7 Reinstall the lifeboats on the ship after conducting the tests. 7.8 Renew all fasteners and gaskets. 7.9 Drill out all broken fasteners and re-tap all exposed threaded areas. 7.10 All fasteners shall be coated with "Anti-Seize" compound prior to installation. 7.11 All dirt and debris shall be removed from the ship on a daily basis and the area left clean and in good order. 7.12 Mechanically clean, prime and paint all new and disturbed areas to match adjacent. 7.13 Manufacturer's Representative: Provide the services of a Schatt Harding Authorized Service rep to inspect and test the releasing gear. 7.14 Preparation of Drawings: None 8.0 GENERAL REQUIREMENTS 8.1 None Additional. (CLIN) 0002: SOR-RECERTIFY LIFEBOAT WINCHES AND DAVITS – ITEM NO. 608 1.0 ABSTRACT 1.1 Conduct the re-certification of the lifeboat winches and davits for the USCG. 2.0 REFERENCES 2.1 References: 2.1.1 MSCLANT Standard Item No. 10, Latest Revision, entitled "Cleaning and Adjusting Electrical Controls for Lifeboat Winch Motors". 2.1.2 MSCLANT Standard Item No. 3, Latest Revision, entitled “Repairing Lifeboat Fall Blocks and Fairlead Sheaves.” 2.1.3 MSCLANT Standard Item No. 6, Latest Revision, entitled "Lifeboat Suspension Test". 2.2 Enclosures: None 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Life Boats, Frames 60 and 85, port and stbd sides, 03 Level. 3.1.2 Quantity: Four (4) Sets of Davits and Winches. 3.2 Item Description/Manufacturer's Data 3.2.1 Lifeboat Davits Gravity type boat davit with the davit arms mounted in trackways. Each davit accommodates one (1) 30 ft. boat using a double drum winch. Davits Mfr: Lakeshore Type: SPG/L27 Max. Working Load Per ARM: 13,500 lb. 3.2.2Boat Falls: 1 inch dia, 6 by 19, galvanized independent wire rope core, preformed RRL wire rope, minimum breaking strength - 42,800 lb. Forward falls is 260 ft long. After falls is 278 ft long. 3.2.3Winches Mfr: Schat-Marine Safety Corp. Type: B.E. 11.5 X R Max. Working load at drums: 25760 Max. Working load at per falls: 12880 3.2.4Life Boat Winch Controllers Mfr.: Federal Pacific Type: 4213M D86-02-105-6 Qty: Four (4) 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1Government Furnished Material: 4.1.1 Mobil oil products: - Mobilux EP-2 - Mobilarma 798 - Mobilgear 629 - Mobil DTE 13M 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR’s including but not limited to GTR’s 1 through 7. 5.2 Period of Performance: 3 Aug – 30 Aug, 2009 5.3 LOC: Noroflk Naval Base, Pier TBD. 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional 7.0 STATEMENT OF WORK REQUIRED 7.1 The Contractor shall place "out of service" tags on the lifeboat motor controllers and the electrical power supply circuit breakers prior to commencement of work on this item. 7.1.1Remove the lifeboats from the davits and stow in safe location for maintenance. Removal and stowage of lifeboats covered under Item 607 of this work pacakge. 7.2 The following work shall be performed on the life boat davits, falls and associated equipment identified in paragraph 3.0: 7.2.1 Thoroughly clean all davit fall blocks, sheaves, bearings, rollers, turnbuckles and fittings removing all accumulated dust, dirt, oil, and grease. 7.2.1.1 Repair lifeboat fall blocks and fairlead sheaves IAW ref. 2.1.2. 7.2.3 Free up and lubricate all davit fall blocks, sheaves bearings, rollers, turnbuckles and fittings using Mobilux EP-2, or equal. Defective or missing grease fittings shall be renewed. 7.2.4 Clean and degrease all sheaves and floating blocks. Pump a grease solvent through the sheaves to clean out old grease. Re-grease all sheaves using Mobilux EP-2. 7.2.5 Flush all rollers on each davit arm free of all grease. Lubricate the rollers with new grease, Mobilux EP-2, and prove that all rollers operate freely. 7.2.6 Clean, inspect, and lubricate the block assemblies for the brake release cable. 7.2.7 Clean, free up, and lubricate the turnbuckle assemblies for the wire rope falls and the gripe assembly, and the adjusting bolts for the falls. 7.2.8 Clean and degrease the release hooks. Re-grease the release hooks. 7.2.9 Solvent clean the trackways free of all dirt, salt, corrosion products and old grease. Re-grease the trackways. 7.2.10 Lubricate the davit assemblies in accordance with the manufacturer's recommendations. Grease all trackways. 7.2.11 Boat falls shall be slushed with Mobilarma 798, or equal. 7.3 The following work shall be performed on the life boat winches identified in paragraph 3.2.3: 7.3.1 Thoroughly clean the exterior surfaces of the four (4) winches removing all accumulated dust, dirt, oil, and grease. 7.3.2 Inspect the davit winch on each davit. Check the operation of the manual brake, the centrifugal clutch and the centrifugal brake. 7.3.3 Open the inspection covers and check the thickness of the brake band linings and centrifugal clutch linings. Close up the inspection covers. 7.3.4 Drain the fluid out of the gear box on each davit winch. Replace the gear box fluid with new Mobilgear 629, or equal. Over running clutch on life boat winches shall be filled using Mobil DTE 13M, or equal. 7.3.5 All grease points shall be lubricated with Mobilux EP-2, or equal. Defective or missing grease fittings shall be renewed. 7.3.6 Energize and test all strip heaters in winch motors. Prove operational to the satisfaction of the MSCREP. 7.4 The following work shall be performed on the life boat winch controllers identified in paragraph 3.2.4: 7.4.1 Thoroughly clean the interior surfaces of the four (4) winch controllers removing all accumulated dust, dirt, oil, and debris. 7.4.2 Free up and lubricate the controller door fastening clips and hardware. 7.4.3 Accomplish the requirements of Reference 2.1.1 for each of the lifeboat winch motor controllers. 7.4.4 Energize and test all strip heaters in winch controllers. Prove operational to the satisfaction of the MSCREP. 7.5 Test all davit limit switches. Provide an as-found condition report to the MSCREP. For estimating purposes, plan on replacing one (1) limit switches per davit, a total of four (4) limit switches. 7.6 Return the lifeboats to the ship and test davits in accordance with the Life Boat Operating Manual. Re-stow boats properly in their cradles upon completion of all tests. 7.7 Submit the following reports to the MSCREP: Three copies of a typewritten report listing any discrepancies in the operation of each davit. Include any improperly operating limit switches, the condition of the wire rope and any indication of slipping in the davit winch. 7.7.1 Submit three copies of the lifeboat davit re-certification to the MSCREP. 7.8 Fabricate and install a phenolic plate indicating the name of the contractor, date and place of on each lifeboat winch controller. 7.9 Renew all fasteners and gaskets. 7.9.1 Drill out all broken fasteners and re-tap all exposed threaded areas. 7.9.2 All fasteners shall be coated with "Anti-Seize" compound prior to installation. 7.10 All dirt and debris shall be removed from the ship on a daily basis and the area left clean and in good order. 7.11 Mechanically clean, prime and paint all new and disturbed areas to match adjacent. 7.12Manufacturer's Representative: Provide the services of a Schatt Harding Authorized Service rep to inspect and test the winches and davits. 7.13Preparation of Drawings: None 8.0 GENERAL REQUIREMENTS: None Additional. The period of performance is August 03, 2009 through August 30, 2009. The location is Norfolk Naval Station, Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Government’s Interest When Subcontracting With Contractors Debarred, suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors-Commercial Items; 52.233-4 Applicable Law for Breach of Contract Claim; 52.247-34 F.O.B. Destination; The following FAR provisions and clauses apply to this solicitation and are incorporated by full text: 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: 52.219-6 Notice of Total SB Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation, 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 Affirmative Action for Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports Of Union Dues and Fees, 52.222-39 Notification of Employee Right for Payment of Union Dues, 52.222-41 Service Contract Act, 52.222-42 Statement of Equivalent Federal Hire, 52.222-50 Combating Trafficking In Persons (FEB 2009), 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Diane Krueger. (Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.) (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.233-3 PROTEST AFTER AWARD (AUG. 1996) (a) Upon receipt of a notice of protest (as defined in FAR 33.101) or a determination that a protest is likely (see FAR 33.102(d)), the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop performance of the work called for by this contract. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Upon receipt of the final decision in the protest, the Contracting Officer shall either-- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if-- (1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to an adjustment within 30 days after the end of the period of work stoppage; provided, that if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon a proposal at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (e) The Government's rights to terminate this contract at any time are not affected by action taken under this clause. (f) If, as the result of the Contractor's intentional or negligent misstatement, misrepresentation, or miscertification, a protest related to this contract is sustained, and the Government pays costs, as provided in FAR 33.102(b)(2) or 33.104(h)(1), the Government may require the Contractor to reimburse the Government the amount of such costs. In addition to any other remedy available, and pursuant to the requirements of Subpart 32.6, the Government may collect this debt by offsetting the amount against any payment due the Contractor under any contract between the Contractor and the Government. (End of clause) 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; 252-209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252-232.7010 Levies on Contract Payments; and 252-246-7003 Notification of Potential Safety Issues 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: 252.203-3 Gratuities, 252.203-7000 Compensation for Former DOD Officials, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 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, 252.243-7002 Request for equitable adjustments, and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 443-5961. Commercial Item Test Program: Purchases made under this combined synopsis-solicitation, exceeding the simplified acquisition procedures (SAP) threshold, shall be conducted under the authority and procedures of FAR Subpart 13.5-Test Program for Certain Commercial Items Quotes will be synopsized, solicited and a purchase order issued to the successful vendor. Purchase order procedures under FAR Part 13 shall supersede any other contrary procedures mentioned or incorporated by reference in the combined synopsis-solicitation. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal for each CLIN, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by June 26, 2009 at 02:00 PM Eastern. Offers can be emailed to ricky.jennings@navy.mil or faxed to 757-443-5982 Attn: Ricky Jennings. Reference the solicitation number on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8221896d5c50df2f9616438785828b1a)
 
Place of Performance
Address: Norfolk Naval Station, Norfolk, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN01835396-W 20090605/090604000011-8221896d5c50df2f9616438785828b1a (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.