Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
SOLICITATION NOTICE

45 -- AUX BOILERS NO.1 & 2 IGNITOR SYSTEMS - SPARE PARTS LIST

Notice Date
10/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) Manufacturing
 
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
N40442-10-T-7007
 
Archive Date
11/11/2009
 
Point of Contact
Dianne L. Pope, Phone: 7574435948
 
E-Mail Address
dianne.pope@navy.mil
(dianne.pope@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPARE PARTS LIST (ITEM 7.2.10) 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 N40442-10-T-7007, 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 2005-34, effective 01 July 2009. NAICS 333414 applies. The Small Business Competitiveness Demonstration Program is not applicable. Small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source firm fixed price purchase order to INSTRUMENTS AND CONTROL, INC (DBA I.C.I), 271 E Green St. Westminster MD 21157-5417 for the following services: 1.0ABSTRACT: 1.1This item describes the requirements to provide the services of the OEM, INTROL Company Inc., to adjust control systems and to provide all material and equipment to Upgrade Igniter Systems on Auxiliary Boilers No. 1 and No. 2. 2.0REFERENCE/ENCLOSURES: 2.1 References: 2.1.1 None Additional 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Location: 3.1.1 Main Machinery Room No. 1 3.1.2 Main Machinery Room No. 2 3.2 Quantity: 3.2.1 Two (2) Auxiliary Boilers and Associated Equipment As described in 3.3) 3.3 Item Description/Manufacturer's Data: Manufacturer: COMBUSTION ENGINEERING Type: Oil Fired, Natural Circulating, Water Tube 3.3.1 Auxiliary Boiler Information/Description: 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES: 5.1 The contractor and all subcontractors regardless of tier shall 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, 22, 23, and 29. 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Adjust Control System for Boiler No. 1 and No. 2 7.1.1 The control system for each boiler is functioning correctly but requires adjustment to allow for more economic use of fuel. 7.1.2 Control systems tech rep to visit ship prior to dismantling the boiler for cleaning to conduct operational test and make note of any deficiencies. 7.1.3 Upon completion of the cleaning evolution tech rep to return and install any components that were found to be deficient. 7.1.4 Ships force and ABS to witness necessary aspects of boiler cleaning, control system adjustments, and operational testing. 7.2 Upgrade Igniter Systems for Boiler No. 1 and No. 2 7.2.1 Upgrade for No.1 and No. 2 Boiler igniter will require Removal of the burner assembly in its Entirety, to Include: •Pilot burner assembly with hoses, piping and check valves •Ignition transformer enclosure •Purge air solenoid, wiring and piping •Combustion air solenoid, wiring and piping •Combustion air solenoid wiring and piping •Worcester automatic pilot fuel oil shut off valve, wiring and piping •Combustion air regulator •Pilot fuel oil regulator •Pilot fuel oil gauges (2) and associated tubing 7.2.2 All wiring will be removed in its entirety back to power source and circuits relabeled as spares. 7.2.3 All piping to be removed and terminated with permanent blanks 7.2.4 Procure and install retractable power arc igniters on each Todd register. 7.2.5 New igniter assembly to include proving switch, transformer, pneumatic cylinder, solenoid and igniter tip. 7.2.6 Install tubing piping wiring as required to perform register modification. 7.2.7 Modify burner management wiring as required to facilitate igniter modification. 7.2.8 Provide new wiring schematics of all new / modified wiring. 7.2.9 Provide tech manual for new igniter assembly. 7.2.10 Provide the recommended spare parts identified below: (SEE SPARE PARTS LIST ATTACHED) 7.2.11 Perform operational test of all new modified piping and control systems. Make adjustments as necessary to ensure proper system operation. 7.2.12 Chief Engineer and ABS to witness necessary aspects of boiler cleaning, control system adjustments / alignments, and operational test of new ignition system installation. 7.2.13 Contractor to provide report in written and electronic formats, listing all parts and materials used and adjustments made. The report will be provided to the Chief Engineer and Port Engineer. 7.2.14 All work is to be accomplished in accordance with the content of this specification and will be accepted by the Chief Engineer, ABS, and the Port Engineer. 7.2.14 Work Schedule: START: 30 NOV 2009 COMPLETE: ON OR BEFORE 13 DEC 2009 7.2.15. Vessel Location: NAV MAG, Indian Island, WA 7.2.17Base Access Clearance: The contractor is directed to send the completed base access form/visit request form to the Port Engineer assigned to the award; the Port Engineer will take it from that point. Any questions regarding this form shall be directed to the port engineer. Other than that identified herein, or as an attachment, no more correspondence shall be issued by the contracting officer regarding this matter. Base Access Request Forms are provided by the contracting officer. The contractor is directed to send the completed base access form/visit request form to the Port Engineer assigned to the award at least one (1) week prior to the start of the contract; the Port Engineer will take it from that point. Failure to do this means “NO ACCESS” inside the Military Base. 7. The contractor shall coordinate with the Port Engineer prior to departure for the ships location. In addition, the contractor is, and has been advised that the dates and/or location of the work identified herein are subject to change. 8.0 GENERAL REQUIREMENTS: 8.1 All work in this work item shall be completed prior to Dock Trial. The Period of Performance is 30 Nov 2009-13 Dec 2009. 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, 52.225-13 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) 443-5982. 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 27October 2009 @3:00 P.M. Offers can be emailed to Dianne.pope@navy.mil or faxed to: (757) 443-5982. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f6c511d1bf0c2831c77ee9ee4ac1f82e)
 
Place of Performance
Address: 100 INDIAN ISLAND RD BLDG 800 PORT HADLOCK WA 98339, NAVMAG INDIAN ISLAND, PORT HADLOCK, Washington, 98339, United States
Zip Code: 98339
 
Record
SN01990314-W 20091024/091022234937-f6c511d1bf0c2831c77ee9ee4ac1f82e (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.