SOLICITATION NOTICE
20 -- USNS HUMPHREYS Diesel Engine Overhaul - Parts List
- Notice Date
- 10/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811118
— Other Automotive Mechanical and Electrical 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
- N40442-11-T-7055
- Archive Date
- 11/16/2010
- Point of Contact
- Kate M. Petti, Phone: 7574435964
- E-Mail Address
-
kate.petti@navy.mil
(kate.petti@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- List of contractor furnished material. 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 N40442-11-T-7055, 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 2005-45, effective 01 OCT 2010. NAICS code 811118 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 USNS HUMPHREYS for the following parts: The required delivery date of materials is 01 January 2011. 1.0 ABSTRACT 1.1 This item covers the overhaul and dyno testing of the Detroit Model 16V-92T Engine, at contractor's facilities. In accordance with OEM and ABS requirements. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 Detroit Service Manual 6SE379. 2.1.2 Detroit Parts Manual 6SP120. 2.1.3 Tech Manual T9312-AE-MMC-010, Emergency Diesel Generator Set. 2.2 Enclosures: 2.2.1 List of Contractor-Furnished Material 3.0 ITEM LOCATION/DESCRIPTION 3.1 Description: 3.1.1 Diesel Engine: Detroit Model 16V-92T 960 HP Serial No. 16VF006375 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 None 5.0 NOTES 5.1 Transportation of engine will be provided by the government. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work shall be performed to the satisfaction of the Port Engineer, and the ABS Surveyor. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide the services of manufacturer's authorized service representatives for Detroit Diesel Engines (16V92T) to accomplish the overhaul in accordance with reference 2.1.1. thru 2.1.3 7.2 Disassemble and Chemically clean and NDT engine blocks to determine any defects, and submit a as found condition report to the Port Engineer 7.3 Overhaul the engine in accordance with manufacturer's specifications and procedures: 7.4 Submit a as found condition report to the Port Engineer. 7.5 All material shall be contractor furnished parts described in Enclosure 2.2 in accordance with OEM design and specifications, that's required to overhaul 16V-92T Diesel engine. 7.6 After engine is reassembled, break-in and test Dyno engines in accordance with OEM and ABS requirement and procedures using maximum available Dyno load. Verify proper governor settings, safety devices and shutdowns. Adjust governor, safety devices and shutdowns as necessary. 7.7 Preparation of Drawings: None. 7.8 Manufacturer's Representative: 7.8.1 Upon completion of the aforementioned repairs, inspections, and tests, provide three (3) copies of a typewritten report prepared by the OEM technical field service representative, to the MSCREP detailing the results of all visual inspections, clearance readings taken, photographs, repairs/replacements performed, test results, corrective actions and any recommendations for future repairs. 7.8.2 Manufacture skid and crate for engine to shipped to MSFSC designated warehouse. Drain engine of all liquids prior to crating. 8.0 GENERAL REQUIREMENTS 8.1 None additional. Please see attachment for list of contractor furnished material 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, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 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. 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 November 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Kate.Petti@navy.mil or faxed via 757-443-5982 Attn: Kate Petti. 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 combined Synopsis/Solicitation, offers the lowest evaluated price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7055/listing.html)
- Place of Performance
- Address: Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02317629-W 20101029/101027234104-69bc763e13f9277d38678fd70d50e669 (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 |