SOLICITATION NOTICE
20 -- Portable Capstan Repairs - Technical Manual
- Notice Date
- 9/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
- ZIP Code
- 23510
- Solicitation Number
- EA133M-09-RQ-1370
- Archive Date
- 9/24/2009
- Point of Contact
- Robin Resweber, Phone: 757-441-3182, Christine Jeffries, Phone: 757-441-6894
- E-Mail Address
-
robin.resweber@noaa.gov, christine.jeffries@noaa.gov
(robin.resweber@noaa.gov, christine.jeffries@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Technical Manual TM-RB-575-00, “Instruction Manual for Marco Portable Capstans” THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133M-09-RQ-1370, and it incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-36. The U.S. Dept of Commerce, NOAA Ship Ronald H. Brown, 1050 Register Street, Charleston, SC has a requirement for generator bearing maintenance in accordance with the following Statement of Work: NOAA Ship RONALD H. BROWN Line Item 0001, Portable Capstan Repairs, 1 Job 1.0 ABSTRACT 1.1 This item describes the overhaul of two (2) each portable capstans on board the NOAA Ship RONALD H. BROWN. 2.0 REFERENCES: 2.1 Technical Manual TM-RB-575-00, "Instruction Manual for Marco Portable Capstans" 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location: Aft weather deck. 3.2 Description: Mfr: Marco Model: WG116B Type: Hydraulic Vertical Capstan. Capstan Diameter: 16 in. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: None. 5.0 NOTES: 5.1 These capstans are driven by a hydraulic motor which is driven off of the ship's central hydraulic system via long hoses. The capstans are mounted on 4'x4' plates that are then bolted to the deck in various locations as needed on the aft weather deck. 6.0 QUALITY ASSURANCE: 6.1 Port Engineer is to inspect all components upon disassembly of units. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Disconnect all hydraulic hoses for each portable capstan. Install suitable caps/plugs on hoses. 7.2 Remove capstans from ship to shop. The ship's crane will be available to swing capstans from ship to shore. 7.3 Remove the hydraulic motor from each capstan. Motors are a Rineer Hydraulics Inc, Model: 01561-008-31. Completely disassemble the motors. Renew all O rings, seals, springs, vanes, and bearings. Reassemble with new seals and gaskets. 7.4 Remove the oil from the planetary gear box from each capstan. 7.5 Remove the planetary gear box from each capstan. Gear boxes are a SOM Model PG1003 MS 33.5 C14. Renew all seals, o rings, gaskets, and bearings. 7.6 Reinstall planetary gear boxes and hydraulic motors into capstan with new gaskets, o-rings. 7.7 Fill gear boxes to the proper level with ISO 150 gear oil (ExxonMobil Spartan EP 150 recommended). 7.8 Return capstans from shop to ship. Reconnect hydraulic hoses. 7.9 Check/adjust the hydraulic relief valves on the control blocks, in accordance with the technical manual. 7.10 Accomplish operational testing in the presence of the Port Engineer. 8.0 GENERAL REQUIREMENTS: None Additional. Delivery is required F.O.B. Destination to NOAA Ship Ronald H. Brown, 1050 Register Street, Charleston, SC during the period September 19, 2009 through October 9, 2009. This procurement is 100% Set-Aside for Small Business. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. Quotes must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 P.M. September 4, 2009; any award resulting from this RFQ will be made based on price and meeting required delivery date. Quotes must be submitted electronically either by fax to 757-664-3642 or via e-mail to Robin.Resweber@noaa.gov. Inquiries will only be accepted via email to Robin.Resweber@noaa.gov. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. The FSC for this is 1990 and the NAICS Code is 336611, small business size standard is 1,000 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) applies. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (JUN 2009) -- Offerors must include a completed copy of its provision with their offer or complete only paragraph (b) of the provision if the offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website; the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2009) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (8), (18), (19), (20), (21), (22) (31), (34) and (39). The following additional terms and conditions apply and are incorporated by reference: 1352.217-90 INSPECTION AND MANNER OF DOING WORK (JAN 1987) 1352.217-92 PERFORMANCE (JAN 1987) 1352.217-93 DELAYS (JAN 1987) 1352.217-94 MINIMIZATION OF DELAY DUE TO GOVERNMENT FURNISHED PROPERTY (JAN 1987) 1352.217-95 ADDITIONAL PROVISIONS RELATING TO GOVERNMENT PROPERTY (JAN 1987) 1352.217-96 LIABILITY AND INSURANCE (JAN 1987) 1352.217-97 TITLE (JAN 1987) 1352.217-98 DISCHARGE OF LIENS (JAN 1987) 1352.217-99 DEPARTMENT OF LABOR OCCUPATIONAL SAFETY & HEALTH STANDARDS FOR SHIP REPAIRING (JAN 1987) 1352.217-100 REGULATIONS GOVERNING ASBESTOS WORK (JAN 1987) 1352.217-101 COMPLETE AND FINAL EQUITABLE ADJUSTMENTS (JAN 1987) 1352.217-102 GOVERNMENT REVIEW, COMMENT, ACCEPTANCE, AND APPROVAL (JAN 1987) 1352.217-103 ACCESS TO THE VESSELS (JAN 1987) 1352.217-107 CHANGES--SHIP REPAIR (JAN 1987) 1352.217-108 DEFAULT--SHIP REPAIR (JAN 1987) 1352.217-110 GUARANTEES (JAN 1987) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 1352.233-70 HARMLESS FROM LIABILITY (MAR 2000) 1352.209-73 COMPLIANCE WITH THE LAWS (MARCH 2000) The following clause is provided in full text: 1352.201-71 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (FEB 2005) a. Jamie LaCompte is hereby designated as the Contracting Officer's Technical Representative (COTR). The COTR may be changed at any time by the Government without prior notice to the Contractor by a unilateral modification to the Contract. The COTR is located at: 1050 Register Street, Charleston, NC 98102. b. The responsibilities and limitations of the COTR are as follows: (1) The COTR is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all reports, and such other responsibilities as may be specified in the contract. (2) The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the Contract price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer (CO). The CO may designate assistant or alternate COTR(s) to act for the COTR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the Contractor. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-09-RQ-1370/listing.html)
- Place of Performance
- Address: 1050 Register Street, Charleston, North Carolina, 98102, United States
- Zip Code: 98102
- Zip Code: 98102
- Record
- SN01937224-W 20090904/090903000127-bf99586fb577ae9f3d4018fe0cd25234 (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 |