SOLICITATION NOTICE
20 -- SSDG HMO - Sole Source
- Notice Date
- 9/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Bldg 238/2 B Street, Camp Pendleton, Virginia Beach, Virginia, 23451
- ZIP Code
- 23451
- Solicitation Number
- N40442-10-T-8129
- Archive Date
- 10/8/2010
- Point of Contact
- Roy J. Williams, Phone: 757-443-5960
- E-Mail Address
-
roy.williams@navy.mil
(roy.williams@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Statement 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-8129, 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 2005-43, effective 02 Aug 2010. NAICS code 4333618 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is NOT a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for Caterpillar Services for the USNS Supply. Original equipment manufacturer (OEM) authorized service is required. Any offer for other than OEM parts and services will not be considered. The following statement of work is what is required for the SSDG HMSO Service: The requested period of performance for the above service is 27 September 2010 - 30 November 2010. 1.0 1.0 ABSTRACT: 1.1 This item describes the refurbishment and bench Testing/setting for the five (5) SSDG's Mounted hydro mechanical shut Off (HMSO) Devices (Cat P/N: 2W7010) 2.0 REFERENCES: 2.1 NAVSEA Tech Manual for Ship Service Diesel Generator S9311-CG-MMA-010/11083 Caterpillar maintenance and technical handbook for 3600 series diesel engines 3.0 ITEM LOCATION/DESCRIPTION: 3.1 Locations/Quantities 3.1.1 Locations: 3.1.1.1 Five Units to shipped to Vendor for Overhaul and calibration. 3.1.2 Item Description/Manufacturer's Data: 3.1.2.1 CATERERPILLAR Engine Model 3608, SSDG Rated Speed 900 RPM with HMSO P/N 2W7010 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES: None Additional 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional 7.0 STATEMENT OF WORK: 7.1 Arrangements/Outfitting: None Additional 7.2 Structural: None Additional 7.3 Mechanical/Fluids: 7.3.1 Ship's Force will tag out the ships five (5) SSDG's, remove, crate, and ship, the HMSO (Hydra Mechanical Shut Off) devices for overhaul and refurbishment by an Approved/licensed Caterpillar Repair Contractors. The units will be shipped in two groups, one group of three and one group of two. Contractor should complete overhaul within 14 days of receipt. 7.3.2 Upon receipt the Caterpillar licensed repair Contractor shall disassemble and thoroughly clean the HMSO's and list all parts requiring replacement or refurbishment and not described below. 7.3.2.1 The contractor shall provide all consumable and normal repair parts required to refurbish and set and test five (5) HMSO's 7.3.2.2 The contractor shall rebuild the HMSO's to Caterpillar specifications. Note: Successful contractor must be able to bench test units at provide certification of set point. Any proposal which calls for setting units on engine will be deemed unacceptable. 7.3.2.3 (CHECKPOINT) Following HMSO rebuilds; Contractor shall bench set the over-speed activation set point for the HMSO at a range of 113-115 Percent of SSDG rated speed (1017-1035 RPM). Note: Contractor to provide 48 hour notice to be provided prior to accomplishment of test 7.3.2.4 The Contractor shall provide a statement of parts replaced and refurbished to the MSFSC Port Engineer/CHENG following HMSO refurbishments. 7.3.2.5 The Contractor shall provide Original Letter and two (2) copies of the bench test results for over-speed activation and set point attained for onboard machinery history. Copies to be provided to MSFSC Port Engineer and CHENG 7.3.2.6 The Contractor shall include in this report the facility, date of test, and set point for over-speed activation attained during bench testing. 7.3.2.6.1 The contractor shall provide a metal tag with above information on it to be mounted to the HMSO once installed in place 7.3.2.7 The Contractor shall provide New Mounting Gasket for HMSO to block (Cat PN: 7N7308) upon reinstallation of the HMSO. 7.3.2.8 The contractor shall crate HMSO for commercial shipment. Crate shall be constructed to protect unit against shipping damage. A separate copy of test documentation shall be placed in the crste along with the HMSO. 7.3.2.9 Contractor shall freight ship HMSO via via Express Mail to address in Norfolk VA, final address will be provided to winning offeror. 7.3.3 Ship's force will reinstall the HMSO's, test and operate the SSDG's. 7.4 Electrical: None Additional 7.5 Electronics: None Additional 7.6 Preparation of Drawings: None Additional 7.7 Inspection/Test Inspection: None Additional 7.8 Painting: None Additional 7.9 Markings: None Additional 7.10 Manufacturer Representative: None 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 23 September 2010 at 0800 local time, Norfolk, VA. LATE QUOTES WILL NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Roy.Williams@navy.mil or faxed via 757-443-5982 Attn: Roy Williams. 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/spg/DON/MSC/N322051/N40442-10-T-8129/listing.html)
- Record
- SN02291737-W 20100923/100922000159-06472d2ca71d20dd35944f9e1dc22d68 (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 |