Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
SOLICITATION NOTICE

20 -- Refrigeration Plant Repair

Notice Date
2/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
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-5049
 
Point of Contact
ALFRED TURNER, Phone: 7574435965, Clenton A. Shanks, Phone: 7574435916
 
E-Mail Address
alfred.turner1@navy.mil, clenton.shanks@navy.mil
(alfred.turner1@navy.mil, clenton.shanks@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 N40442-10-T -5049, 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 2005-26. NAICS 333618 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 USS Frank Cable for the following service order. Original equipment manufacturer (OEM) parts are required for this service. Any offer for other than OEM parts will not be considered: A.Statement of Work: Request that a Refrigeration Contractor provide labor, material and services to restore the Domestic Refrigeration Plant to proper operation on USS FRANK CABLE: 1.Change out Evap Suction Pressure Regulators on both No.1 and No.2 Chill Boxes. 2.Replace all Thermal Expansion Valve Cages and Power Head Assemblies. Install thermal bulbs IAW NSTM Chapter 516. Install ship furnished RTD’s in same orientation as thermal bulb, with leads exposed outside tail coil insulation. 3.Repair or replace 15 Hand Expansion Valves. 4.Replace the three Receiver Liquid Level Indicators. 5.Replace all three PENN Water Regulating Valves. 6.Remove and reinstall No.3 Compressor Discharge Valve in correct flow orientation. 7.Replace No.3 Refrigeration Unit King Valve. 8.Conduct Class B Overhaul of No.3 Compressor, including capacity control. 9.Replace Detroit Thermostatic switch for No.3 Freezer. 10. No.1 Compressor: Crop out existing undersized heat exchanger and fit and install new WEDJ heat exchanger. 11.No.2 Compressor: Replace Mechanical Seal. 12. Repack all three Compressor Henry Suction Valves 13.Rebuild a total of 26 different Henry Packless Standard Globe Valves as designated by Ship’s Force. 14.Install temporary compressor suction strainer felt inserts. 15.With assistance of Ship’s Force, inspect compressor crankcases for cleanliness and excessive connecting rod play. Charge oil and inject initial dose of Ritchie Leak Scanner dye. 16.With assistance of Ship’s Force, conduct a 225 psig Nitrogen pressure leak test. Submit an as found condition report with recommendations to correct leaks and additional deficiencies. Conduct additional corrective work as directed by the MSFSC Port Engineer. 17.Charge each refrigeration Unit to proper liquid level. 18.With assistance of Ship’s Force, prepare each Refrigeration Unit for operational testing. Check and adjust as required the following Compressor and Refrigerant System Controls as per specifications in the Technical Manual. a.HP Switch b.LP Switch c.Oil Pressure Differential Switch d.Oil Cooler Temperature Control Valve e.Sea Water Flow Switch f.Capacity Control g.Water Regulation Valve h.Thermal Expansion Valves i.Box Thermostatic Switches 19.On Compressors not overhauled, test Compressor Discharge Valves and Compressor Suction Valves IAW Paragraph 5-3 and 5-4 of the Technical manual. 20.Remove and inspect compressor suction strainer felt inserts until clear of contamination IAW paragraph 6.9.c to the Technical Manual. 21.With assistance of Ship’s Force, conduct a minimum 48 hour operational test, including demonstration of Hot Gas defrosting Prove all box temperatures and all system operating parameters are at proper operating levels to the satisfaction of the Chief Engineer. 22.Ship’s Force will pre-clean condensers and provide labor assist with such tasks as cleaning crankcases, changing out oil, filters, dehydrator cartridges and transferring/recovering refrigerant. 23.The ship lacks the York special tools such as the simple valve retaining clips, unloading sleeve clips, mechanical seal puller and the York bearing puller. The ship also lacks consumables like thermal insulation tape used when installing TXV thermal bulbs. Due to the limited availability of material on Guam, it is recommended that the Contractor bring everything and anything required to complete this work. 24.The Ship will furnish the new type compressor lube oil, SHELL CLAVUS R68, well as Dry Nitrogen and Refrigerant R134A. 25.If funding permits, the addition of a Class B overhaul for No.1 Compressor should be considered. 26.The Statement of Work is not in any specific order. Evacuations, transfer of refrigerant, and system charging will be performed as required. 27.During initial operation with compressor suction felt inserts, inserts need to be checked every two hours and then every four hours as contamination lessens. The compressors cannot be left unattended during this process. Ship’s Force will assist. 28.All work to meet the satisfaction of the MSFSC Port or Chief Engineer. Conduct a nitrogen pressure leak test. Verify all system control operating set points. Conduct a complete system operational test and pull boxes down to required temperatures. B.MATERIAL REQUIREMENTS: Contractor Furnished 1.Class B Overhaul Parts for No.3 YORK RN44B-12 Compressor 2.YORK RN44B-12 Compressor Suction Strainer Felt Inserts 12 Each 3.Shaft Seal YORK P/N 364-43740A (for No.2 Compressor) QTY: 01 Each 4.SPECIAL TOOLS: a.Shaft Seal Puller YORK P/N 364-37059B (turn over to ship) b.Bearing Puller YORK P/N 364-37051B (turn over to ship) c.Unloading Sleeve Clips YORK P/N: 064-37002A (turn over to ship) d.Valve Clips YORK P/N 064-03447K (turn over to ship) 5.Valve, Water Regulating, 2 inch, PENN P/N V43B5-3, QTY: 03 Each 6.Thermal Expansion Valve Components: a.ALCO Valve Model TCLN-1-1/2-MW35: 1.Cage: ALCO XC709-A00B QTY: 10 Each 2.Power Head Assembly: ALCO XB1024-MW35-4C QTY: 17 Each, (20 FT long thermal bulb sensing line) b.ALCO Valve Model TCLN-3/4-MW35 1. Cage: ALCO X22440-B1B QTY: 10Each 2. Power Head Assembly: Same as for valve above 7.Regulator, Evap Suction Pressure, 1-1/2” ODF, ALCO P/N EPR-13 QTY: 02Ea 8.Valve, Solenoid, KING, 7/8”, ASCO P/N AV198-481-2 QTY: 01 Each 9.Valve, Solenoid, 3/8”, Evaps & Oil Coolers, ASCO P/N AV198-480-1 QTY: 02 10.Valve, Temp Control, Oil Cooler, ALCO P/N 935-106B QTY: 01 Each 11.Packing, Valve, Globe, 3 Inch, Comp Suction, HENRY 28-1074PK, QTY: 03 Set 12.Kit, Overhaul, Valve, Globe, 5/8”, Hand Expansion HENRY 6295N, QTY: 16 13.HENRY Packless Globe Valve Overhaul Kits: ¼ Inch Valve:02 Kits HENRY 6261N (7 valves installed) 3/8 Inch Valve: 10 Kits HENRY 6263N (30 Valves installed) 5/8 Inch Valve: 05 Kits HENRY 6265N, (16 Valves installed) ¾ Inch Valve: 01 Kit HENRY 6266N (3 Valves installed) 7/8 Inch Valve: 06 Kits HENRY 6267N (19 Valves installed) 1-1/8 Inch Valve: 03 Kits HENRY 6268N (09 Valves installed) 14. Switch, Thermostatic, (-10°F-60°F), DETROIT 222-10NN 2221458 QTY: 01 15 Indicator, Liquid Level, Receiver, YORK 367-679978013 QTY: 03 Each 16. Ritchie Yellow Jacket Fluorescent Leak Scanning Solution UV Lamp Kit and Solution for three R134A compressors with four gallon sumps (turn over to ship) 17. Valve, Solenoid, Capacity Control, YORK 025-16162-C002 02 Each 18. Valve gaskets, o-rings, adhesives, insulation, and seals as required. C.MATERIAL REQUIREMENTS: Government Furnished 1.SHELL CLAVUS R68 OIL, 12 Gallons 2.Compressor Oil Filters 3.Dehydrator Cores 4.Compressor Crankcase cover gaskets 5.100 Ohm Platinum RTD’s D.REFERENCES: 1.Machinery Readiness Evaluation Detailed Report of 11 October 2009 2.Technical Manual NAVSEA S9516-AA-MMO-000 Change E SHIP’S STORES REFRIGERATION PLANT 3.Naval Ship’s Technical Manual Ch. 516 REFRIGERATION (All references are avaliblie onboard) E.EQUIPMENT INSTALLATION NOTES: 2.Compressors (3): YORK Model RN44B-12, Type W 4 Cylinder, 3-3/4” x 4-1/2”, 1254 RPM, Converted from R12 to R134A, SERIAL Numbers: #1) EM065723 #2) N/A #3) EM065722, Oil Sump Capacity: 4 Gallons, Oil Type: To be changed to SHELL CLAVUS R68. 3.Compressor Capacity Control: United Electric 240, 20”HgVac-80 psig 4.Receiver Capacity: 515# R134A 5.Heat Exchanger: WEDJ Model NHSH-15, 7/8” IDF Liquid, 2-1/2” IDF Suction, 4-1/8” OD x 33-1/4” Long 6.Water Regulating Valves (3): PENN V43B5-3 2 inch 7.Thermal Expansion Valves: ALCO TCLN-1-1/2-MW35 and TCLN-3/4-MW35 (with 20ft bulb tubing) 8.Evap Suction Pressure Regulator: ALCO EPR-13 1-1/2” ODF 9.This system does not have any oil traps installed. Floodbacks dilute crankcase oil and contribute to oil leaving the compressor and settling in the Evaporator coils. The decision to add Oil Traps should be made after judging system performance once all required repairs, maintenance, adjustments, and operational testing have been completed. 10. The insulation on the refrigerant lines has mostly failed, allowing much condensation and mold accumulation. 11.This Domestic Refrigeration System uses Hot Gas Defrosting. 12.The adjustable foundation frame of No.2 Compressor, which uses screw tightening for adjusting belt tension, has collapsed inward. Ship’s Force will need to crop out and replace this portion of the foundation frame before operational testing of No.2 Compressor can begin.. F.Work Schedule:1 March 2010 through 31 May 2010 G.VR Location: Guam Shipyard, Guam The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 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) 443-5979. The following numbered notes apply to this requirement: N/A 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 12 February 2010 @ 0900 A.M. Offers can be emailed to Alfred.turner1@navy.mil or faxed to the above number. Reference the solicitation number with your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/229450f3d2650f9cda4f9a97fad792cd)
 
Place of Performance
Address: GUAM, Guam
 
Record
SN02062616-W 20100212/100210234903-229450f3d2650f9cda4f9a97fad792cd (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.