Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2010 FBO #3220
SOLICITATION NOTICE

20 -- MAIN DIESEL ENGINE COUPLING

Notice Date
9/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333613 — Mechanical Power Transmission Equipment 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-8132
 
Archive Date
10/16/2010
 
Point of Contact
Terri L Buonfigli, Phone: 7574435954
 
E-Mail Address
terri.buonfigli@navy.mil
(terri.buonfigli@navy.mil)
 
Small Business Set-Aside
N/A
 
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-8132, 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 Jul 09. NAICS code 333613 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS ROBERT PEARY for the following parts: The requested period of performance for the above service is 03 JAN 11-10 FEB 11. 1.0 ABSTRACT This item describes the requirement to disassemble, inspect, reassemble, and test the main diesel generator couplings. 2.0 REFERENCES 2.1 Vulcan Coupling Drawing, DOKU1G531W00013E_4088324 2.2 Tech Manual, Vulcan Coupling, Tech Doc DOKU1G531W0013E 2.3 Tech Manual T9233-CF-1MC-070, Technical Manual, Diesel Engines, Main Power Generation, Model 9L 48/60 and 8L 48/60, Volume E1-E4 for Main Diesels 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location: Main Machinery Room 3.2 Quantity: Four (4) main diesel generator couplings 3.3 Item Description/Manufacturer's Data 3.3.1 Main Diesel Generator Coupling 3.4 Bill of Material (Contractor/OEM provided): Description Specification QTY Shim CuSn6 One (1) per coupling, four (4) total 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIALS/SERVICES: None. 5.0 NOTES: 5.1 Performance period: Work shall be from 03 Jan to 13 Feb 2011. 5.2 Performance Location: Base bids on performing work in the Norfolk VA, Area. Shipyard to be determined. 5.3 Provide an Access List of all personnel boarding the ship. The list Shall include the following: 5.3.1 Persons full Name 5.3.2 Social Security Number, or passport#, or naturalization number. 5.3.3 Place of Birth 5.3.4 Date of Birth 5.3.5 The access requests shall be faxed on company letterhead to Nikia Rorie, Ph: 757-443-0932; Fax: 757-443-1943. 5.4 Port Engineer Contact is Fran Pyne, Cell Phone: 757-763-8580, E-Mail: francis.pyne@navy.mil. 5.5 This ship contains High Voltage (HV) electrical systems. The contractor and subcontractors shall obey all posted and verbal instructions regarding safety and exclusion from High Voltage areas. At no time shall a contractor or subcontractor approach, work on, or enter a High Voltage area with out proper authorization. 6.0 QUALITY ASSURANCE REQUIREMENTS: None additional. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the services of an authorized manufacturer's representative and use References 2.1, 2.2, and 2.3 for guidance in performing all work. NOTE MSFSC PORT ENGINEER WILL ARRANGE FOR ADDITIONAL OUTSIDE MACHINIST AND RIGGING SUPPORT THROUGH SHIPYARD OR SERVICE ORDER CONTRACT 7.2 Temporarily remove rubber elements, inner clamping ring, shims, and membranes. 7.2.1 Entirely remove the clamp ring and retaining bolts from the inner hub. 7.2.2 Measure clamp ring pilot depth and record. 7.2.3 Rig, lift, and remove membrane assembly from the inner hub. Slide the membrane assembly to the end of the hub, but do not completely remove. 7.2.4 Raise the membrane assembly until there is enough room between the membrane and the hub to insert a 0-1 micrometer. NOTE IF INDICATIONS OR DEFECTS ARE NOT EVIDENT IN VISIBLE PORTIONS MEMBRANES IT IS NOT NECESSARY TO SEPARATE THE MEMBRANE ASSEMBLY 7.2.5 Measure the total thickness of membrane assembly and record. 7.2.6 Measure the inner hub pilot depth with a 0-1 depth micrometer and record the dimension (i.e. subtract the inner clamp ring pilot depth from the inner hub pilot depth to determine the gap, example 14mm - 7.2mm = 6.8 mm gap). 7.2.7 Measure the thickness of the shims and record. 7.2.8 Calculate the total of the membrane assembly and the thinnest (smallest number) of the shim measurements. 7.2.9 Subtract the inner hub pilot depth recorded in 7.2.6. NOTE THE TOTAL THICKNESS OF THE MEMBRANES AND SHIMS SHOULD BE GREATER THAN THE INNER HUB PILOT DEPTH. IF THE TOTAL THICKNESS OF THE MEMBRANES AND THE SHIMS IS NOT GEATER THAN THE INNER HUB PILOT DEPTH, THICKER SHIMS NEED TO BE FABRICATED. 7.3 Visually inspect outer clamping ring, inner clamping ring, shims, and membranes. NOTE IF ABNORMALALITIES ARE OBSERVED, MAGNETIC PARTICLE OR DYE PENETRANT TESTING MAY BE REQUIRED 7.4 Accomplish an alignment check using Reference 2.3 for guidance. 7.4.1 Record measurements of the resilient mounts, buffer screw gap for each mount on the engine and ensure they are within allowable limits. 7.4.2 Take crankshaft deflection readings and ensure they are within limits. 7.4.3 Temporarily install alignment check tooling and indicators and record measurements. 7.4.4 Compare measurements to initial alignment readings. 7.4.5 Remove alignment check tooling and indicators. NOTE ENSURE CORRECT GRADE FASTENERS ARE INSTALLED IN THE CORRECT LOCATIONS AND FASTENERS ARE TORQUED TO THE CORRECT VALUES NOTE ENSURE THE #1 CYLINDER IS AT TOP DEAD CENTER POSITION AND THE KEYWAY ON THE GENERATOR SHAFT IS AT THE 12 O'CLOCK POSITION AT THE START OF THE REASSEMBLY PROCESS. 7.5 Reinstall membrane assembly and shims on inner hub. 7.6 Reinstall clamp ring and retaining bolts on inner hub. NOTE ENSURE LIFTING HOLES IN OUTER CLAMPING RINGS DO NOT ALIGN IN GAPS IN RUBBER SEGMENTS DURING THE REASSEMBLY PROCESS 7.7 Reinstall rubber elements. Install CuSn6 shim, identified in 3.4, between rubber elements and outer clamping ring. 7.8 Witness operational test of main diesel. 7.9 Provide a condition report that includes all "as found" and "as released" dimensions. 7.10 Manufacturer Representative: None additional. 8.0 GENERAL REQUIREMENTS: None additional. The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 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. WOOD PACKAGING MATERIAL (WPM) - ADDITIONAL DELIVERY INSTRUCTIONS: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due 01 OCT 2010 at 1100 EST. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to terri.buonfigli@navy.mil or faxed via 757-443-5982 Attn: Terri Buonfigli. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the Request for Quotation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45041a868a75697910a210572cd8213f)
 
Place of Performance
Address: NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02284742-W 20100918/100916235758-45041a868a75697910a210572cd8213f (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.