Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
SOLICITATION NOTICE

20 -- Mane Engine Overhaul

Notice Date
11/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
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-7064
 
Archive Date
11/18/2010
 
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
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-7064, 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 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is NOT a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS Lenthall to Fairbanks Morse Engine or Motor Services Hugo Stamp as the only Pielstick authorized providers for the following services: The requested period of performance for the above service is 11 April 2011-31 April 2011. WI 212 1.0 ABSTRACT 1.0 Provide the services of a qualified diesel repair machine shop to overhaul PC4.2 main engine cylinder liners. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Tech Man T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine. PC 4-2. 2.1.2 SEMT Pielstick Service Bulletin No. 480927, Honing Engine Liners. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Description/Manufacturer's Data: 3.1.1 Engine Description: Colt-Pielstick (SEMT) 10 Cylinder Model: PC 4.2V 570 3.1.2 Manufacturer Data: Colt Industries Fairbanks Morse Engine Division Beloit Wisconsin 53511 3.1.3 Description: Cylinder Liners P/N T014057 3.1.4 Quantity: ten (10) cylinder liners to be dealt with 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Material: None. 4.2 Services: 4.2.1 Transportation of cylinder liners to and from the contractor's facility. 5.0 NOTES 5.1 Transportation costs of cylinder liners to and from the contractor's facility shall be provided by the government. 5.2 Approximate weight of each cylinder liner is 2,200lbs. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Contractor shall provide the services of an ABS (American Bureau of Shipping) Surveyor to attend, witness, inspect and certify shop repairs in accordance with applicable rules and regulations of the classification society. 6.2 The Contractor shall submit an as found condition report for each liner describing the apparent condition of the liner as delivered to the shop. The Contractor shall identify each liner with sequential numbers. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide all labor, material, special tools and equipment to perform the following requirements: 7.2 Remove cylinder liners from crates and retain crates for return shipping. 7.3 Conduct cleaning, inspection and repair of the cylinder liners in accordance with ref. 2.1.1 paragraph 6-73, and as follows: 7.3.1 Contractor shall take all necessary precautions to protect mating surfaces and machined threads. Ensure that all openings are clear and clean of dirt and debris. 7.3.2 Clean and inspect liner. 7.3.3 Conduct NDT of the lower liner, collar and o-ring areas for cracks. 7.3.4 Dimensionally check liner prior to and after honing. 7.3.5 Accomplish honing of cylinder liners using reference 2.1.2 for guidance. 7.3.6 Conduct roughness check of liner honed surfaces. 7.3.7 Machine (skim cut) upper/lower collar landings as necessary. 7.3.8 Preserve and prepare liner for return shipping. 7.4 Reinstall each cylinder liner in original crate and secure to ensure no damage during shipping and handling. 7.4.1 The contractor shall stencil the outside of the crate with the following information in one (1) inch black lettering. (Note: the contractor shall include the applicable contract number and date of reconditioning below): USNS JOHN LENTHALL (T-AO 189) PC 4.2, Cylinder Liner, P/N T014057 Contract number: (as applicable) Date of Reconditioning: (as applicable) 7.4.2 The contractor shall coordinate transportation of the cylinder liners to and from the contractor's facility with the MSC Port Engineer. 7.5 Provide two (2) copies of all documentation including ABS inspection report and quality assurance documentation. One (1) copy shall be placed in a resealable waterproof bag and wired to the cylinder liner inside the crate and a second copy placed in a resealable waterproof bag outside the crate. 7.5.1 Provide the originals of all above documentation to the MSCREP. 8.0 GENERAL REQUIREMENTS 8.1 None additional. WI 213 1.0 ABSTRACT 1.1 Provide the services of a qualified diesel repair machine shop to overhaul PC4.2 main engine cylinder heads. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Tech Man T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine. PC 4-2. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Description/Manufacturer's Data: 3.1.1 Engine Description: Colt-Pielstick (SEMT) 10 Cylinder Model: PC 4.2V 570 3.1.2 Manufacturer Data: Colt Industries Fairbanks Morse Engine Division Beloit Wisconsin 53511 3.1.3 Description: Cylinder Heads P/N T56915 3.1.4 Quantity: ten (10) cylinder heads including the following major components: Intake valve assemblies P/N: T52712. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 4.1 Material: 4.1.1 O-Ring OT65240.53.63 Qty. (20) 4.1.2 Bushing, Guide T447181 Qty. (40) 4.2 Services: 4.2.1 Transportation of cylinder heads to and from the contractor's facility. 5.0 NOTES 5.1 Transportation costs of cylinder heads to and from the contractor's facility shall be provided by the government. 5.2 Approximate weight of each cylinder head with intake valves is 3,970 lbs. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Contractor shall provide the services of an ABS (American Bureau of Shipping) Surveyor to attend, witness, inspect and certify shop repairs in accordance with applicable rules and regulations of the classification society. 6.2 The Contractor shall submit an as found condition report for each head describing the apparent condition of the head as delivered to the shop. The Contractor shall identify each head using existing serial numbers. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide all labor, material, special tools and equipment to perform the following requirements. 7.2 Remove cylinder heads from crates and retain crates for return shipping. 7.3 Contractor shall take all necessary precautions to protect mating surfaces and machined threads. Ensure that all openings are clear and clean of dirt and debris. 7.4 Completely disassemble cylinder heads in accordance with ref. 2.1.1 paragraph 6-56.2c. 7.4.1 Exhaust valves, air start valves, safety relief valves, and fuel injectors should have already been removed. 7.5 Clean the cylinder heads and all disassembled parts of all grease, dirt and oil. Ensure all parts are clean and ready for detailed inspection. 7.6 Remove and disassemble intake valves in accordance with ref 2.1.1 paragraphs 6-60.1 and 6-60.2. 7.6.1 Clean and inspect the intake valves springs and guide bushings and record dimensions in accordance with ref 2.1.1 paragraph 6-60.3. Notify the MSCREP if any parts are found outside of limits and will require replacement. 7.7 Conduct a thorough inspection of the cylinder heads in accordance with paragraph 6-56.3 and accomplish de-scaling in accordance with ref 2.1.1 paragraph 6-56.3 a through h. 7.7.1 Repeat the de-scaling process a maximum of two (2) times. If additional de-scaling is required submit a report to the MSCREP. 7.8 Inspect and repair the gasket seating surfaces of the cylinder head in accordance with ref 2.1.1 paragraph 6-56.3i and 6-56.5. 7.8.1 Inspect and clean the seating surfaces for the air safety and starting air valves in accordance with ref 2.1.1 paragraphs 6-61.3 and 6-62.3. 7.9 Conduct hydrostatic test of cylinder head in accordance with ref 2.1.1 paragraph 6-56.4a through f. 7.9.1 Submit a report of the hydrostatic test results to the MSCREP. 7.10 Conduct dye penetrate test of the cylinder heads in way of the exhaust valves, intake valves and fuel injector landing areas. 7.11 Recondition the intake valves in accordance with ref 2.1.1 paragraph 6-60.4a through f. 7.11.1 Take and record all measurements as required. Submit a report to the MSCREP. 7.11.2 Remove existing and replace with new, intake valve seat inserts in accordance with ref. 2.1.1, paragraph 6-60.4, two (2) required per cylinder head. 7.11.3 After installing intake valves inserts and final machining, the contractor shall insure that inserts have a proper seating surface. 7.12 Reassemble the intake valve assemblies in accordance with ref 2.1.1 paragraph 6-60.6 using the below listed parts are for each valve. Part Number Description Quantity OT 65240.53.63 "O" Ring One (1) T447181 Bushing guide Two (2) T319472 Inlet Valve Seat Insert One (1) 7.13 Reassemble the cylinder head installing all covers and plugs utilizing new gaskets and "O" rings. Below listed parts are for each head assembly: Part Number Description Quantity T400149 Gasket Five (5) P400153N Gasket Four (4) T425652 Gasket Five (5) T433291 Gasket One (1) ON06018.10.05 Plug One (1) ON65118.24.40 Gasket round Seven (7) ON65145.55.40 Gasket Eight (8) 7.14 Prepare and paint the exterior of the cylinder head and preserve all exposed metal parts of the cylinder head and associated components for shipping. 7.15 Reinstall each cylinder head assembly in original crate and secure to ensure no damage during shipping and handling. 7.15.1 The contractor shall stencil the outside of the crate with the following information in one (1) inch black lettering. (Note: the contractor shall include the applicable contract number and date of reconditioning below): USNS JOHN LENTHALL (T-AO 189) PC 4.2, Cylinder Head Assembly, P/N T56915 Contract number: (as applicable) Date of Reconditioning: (as applicable) 7.16 Provide two (2) copies of all documentation including ABS inspection report and quality assurance documentation. One (1) copy shall be placed in a resealable waterproof bag and wired to the cylinder head inside the crate and a second copy placed in a resealable waterproof bag outside the crate. 7.16.1 Provide the originals of all above documentation to the MSCREP. 8.0 GENERAL REQUIREMENTS 8.1 None additional. WI 214 1.0 ABSTRACT 1.1 This item describes the requirements to disassemble, inspect, clean, and recondition Colt-Pielstick PC4.2 Main Engine Exhaust Valve Assemblies. 2.0 REFERENCES 2.1 References: 2.1.1 NAVSEA Technical Manual T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures. 3.0 ITEM LOCATION/DESCRIPTION 3.1.1 Engine Description: Colt Pielstick ( SEMT) 10 Cylinder Model: PC4.2V 570 3.1.2 Manufacturer's Data: Colt Industries Fairbanks Morse Engine Division Beloit, Wisconsin 53511 3.1.3 Description: Exhaust valve assemblies, Part Number T56853 3.1.4 Quantity: twenty (20) exhaust valve assemblies to be dealt with. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Material: 4.1.1 O-Ring ON66269.70.68 Qty. (20) 4.1.2 O-Ring ON65224.35.68 Qty. (80) 4.1.3 Housing, Ring T444763 Qty. (60) 4.1.4 Ring T444764 Qty. (60) 4.1.5 Bushing T317174 Qty. (20) 4.2 Services: 4.2.1 Transportation of exhaust valve assemblies to and from the contractor's facility. 5.0 NOTES 5.1 Transportation costs of exhaust valve assemblies to and from the contractor's facility shall be provided by the government. 5.2 Approximate weight of each exhaust valve assembly is 264 lbs. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Contractor shall provide the services of an ABS (American Bureau of Shipping) Surveyor to attend, witness, inspect and certify shop repairs in accordance with applicable rules and regulations of the classification society. 6.2 The Contractor shall submit an as found condition report for each exhaust valve assembly describing the apparent condition as delivered to the shop. The Contractor shall identify each exhaust valve assembly with sequential numbers. 7.0 STATEMENT OF WORK REQUIRED 7.1 Provide all labor, material, special tools, and equipment to accomplish following: 7.1.1 The Government shall convey the exhaust valve assemblies listed in paragraph 3.0 from the ship to manufacturer's authorized repair facility. 7.1.2 Remove exhaust valve assemblies from crates and retain crates for return shipping. 7.1.3 Completely disassemble the exhaust valve assemblies in accordance with paragraph 6.59.1 and 6.59.2 of reference 2.1.1. 7.1.4 Clean, inspect, recondition and reassemble exhaust valves in accordance with ref 2.1.1, paragraph 6-59.3 using parts specified in paragraph 4.1. 7.1.5 Check flow rate on the exhaust cages in accordance with ref. 2.1.1 paragraph 6.59.4. 7.1.6 Hydro and de-scale exhaust valve cages in accordance with ref. 2.1.1 paragraph 6.59.5. 7.1.7 Recondition exhaust valves in accordance with ref. 2.1.1 paragraph 6.59.6. 7.1.8 Disassemble, clean, inspect and reassemble rotor cap assemblies. 7.2 Upon completion of all work submit a report with all test data and measurements from each exhaust valve assembly to the MSCREP. 7.3 Reinstall each Exhaust Valve Assembly in original crate and secure to ensure no damage during shipping and handling. 7.3.1 The Contractor shall stencil the outside of the crate with the following information in one (1) inch high black lettering (Note: The Contractor shall include the applicable contract number and date of reconditioning below): USNS JOHN LENTHALL (T-AO 189) PC 4.2, Exhaust Valve Assemblies, P/N T56853 Contract Number: (as applicable) Date of Reconditioning: (as applicable) 7.4 The Contractor shall provide two (2) copies of all documentation, the Contractor's Written Report, and the Calibration Certificate for the pressure gauge used to test the valves to the MSCREP within three (3) days of shipment. Additionally, one copy of the reports shall be wired to a valve inside the crate and a second copy shall be placed in a re-sealable waterproof bag securely affixed to the outside of the crate. 8.0 GENERAL REQUIREMENTS 8.1 None additional. WI 215 1.0 ABSTRACT 1.1 This item describes the requirements to disassemble, inspect, clean, and recondition Colt-Pielstick PC4.2 Main Engine Air Start Valves. 2.0 REFERENCES 2.1 References: 2.1.1 NAVSEA Technical Manual No. T9233-AM-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures. 3.0 ITEM DESCRIPTION 3.1 Description/Manufacturer's Data: 3.1.1 Engine Description: Colt-Pielstick 10 Cylinder Model: PC4.2V 570 3.1.2 Manufacturer Data: Colt Industries Fairbanks Morse Engine Division Beloit, Wisconsin 53511 3.1.3 Description: Air Start Valve Assembly, Part Number T56952 3.1.4 Quantity: ten (10) valves to be dealt with 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Material: 4.1.1 O- Ring ON65212.26.63 Qty. (10) 4.1.2 O- Ring ON65236.53.63 Qty. (10) 4.1.3 O- Ring ON65243.53.63 Qty. (10) 4.1.4 O- Ring ON65242.53.63 Qty. (20) 4.1.5 Ring, Quad OT66532.53.73 Qty. (10) 4.1.6 Pin, roll 4x40 OT23504.040.1 Qty. (10) 4.1.7 Pin, roll 10x14 OT23510.014.1 Qty. (10) 4.2 Services: 4.2.1 Transportation of air start valves to and from the contractor's facility. 5.0 NOTES 5.1 Transportation costs of air start valves to and from the contractor's facility shall be provided by the government. 5.2 Approximate weight of each air start valve is 51 lbs. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Contractor shall provide the services of an ABS (American Bureau of Shipping) Surveyor to attend, witness, inspect and certify shop repairs in accordance with applicable rules and regulations of the classification society. 6.2 The contractor shall submit an as found condition report for each air start valve describing the apparent condition as delivered to the shop. The contractor shall identify each air start valve with sequential numbers. 7.0 STATEMENT OF WORK REQUIRED 7.1 The Contractor shall provide all labor, tools, and materials to disassemble, recondition, and reassemble the Air Start Valve Assemblies. 7.2 Remove air start valves from crates and retain crates for return shipping. 7.3 The Contractor shall disassemble each Air Start Valve Assembly in accordance with paragraph 6-61.2 of reference 2.1.1. 7.4 The Contractor shall clean, inspect, and recondition each Air Start Valve Assembly in accordance with paragraph 6-61.3 of reference 2.1.1. 7.4.1 The Contractor shall immediately notify the MSCREP of abnormal valve wear or defects. 7.4.2 The Contractor shall prepare a written report documenting the following: 7.4.2.1 Contact area between valve seat and valve face was even and centered on seat following Bluing Procedure. 7.5 The Contractor shall reassemble each Air Start Valve Assembly in accordance with paragraph 6-61.4 of reference 2.1.1 using parts specified in paragraph 4.1. 7.6 Reinstall the Air Start Valve Assemblies in original crates and secure to ensure no damage during shipping/delivery. 7.6.1 The Contractor shall stencil the outside of the crate with the following information in one (1) inch high black lettering (Note: The Contractor shall include the applicable contract number and date of reconditioning below): USNS JOHN LENTHALL (T-AO 189) PC 4.2, Air Start Valve Assemblies, P/N T56952 Contract Number: (as applicable) Date of Reconditioning: (as applicable) 7.7 The Contractor shall provide two (2) copies of all documentation, inspections and reports to the MSCREP within three (3) days of shipment. Additionally, one (1) copy of the reports shall be wired to a valve inside the crate and a second copy shall be placed in a re-sealable bag securely affixed to the outside of the crate. 8.0 GENERAL REQUIREMENTS 8.1 None additional. WI 216 1.0 ABSTRACT 1.2 This item describes the requirements to disassemble, inspect, clean, and recondition Colt-Pielstick PC4.2 Main Engine Safety Valves. 2.0 REFERENCES 2.2 References: 2.2.1 NAVSEA Technical Manual No. T9233-AM-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures. 3.0 ITEM DESCRIPTION 3.1 Description/Manufacturer's Data: 3.1.1 Engine Description: Colt-Pielstick 10 Cylinder Model: PC4.2V 570 3.1.2 Manufacturer Data: Colt Industries Fairbanks Morse Engine Division Beloit, Wisconsin 53511 3.1.3 Description: Safety Valve Assembly, Part Number T56951 3.1.4 Quantity: ten (10) valves to be dealt with 7.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 7.1 Material: 7.1.1 O-Ring ON65236.53.63 Qty. (10) 7.1.2 O-Ring ON65243.53.63 Qty. (10) 7.1.3 Paste, lubricating T99570684102 Qty. (17.6 oz.) 7.1.4 Ring, joint OT65130.38.40 Qty. (10) 7.1.5 Shim T601700 Qty. (10) 7.1.6 Pin, roll ON23508.035.1 Qty. (10) 7.2 Services: 4.2.1 Transportation of safety valves to and from the contractor's facility. 8.0 NOTES 8.1 Transportation costs of safety valves to and from the contractor's facility shall be provided by the government. 5.2 Approximate weight of each safety valve assembly is 55 lbs. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Contractor shall provide the services of an ABS (American Bureau of Shipping) Surveyor to attend, witness, inspect and certify shop repairs in accordance with applicable rules and regulations of the classification society. 6.2 The contractor shall submit an as found condition report for each safety valve describing the apparent condition of the valve as delivered to the shop. The Contractor shall identify each safety valve with sequential numbers. 7.0 STATEMENT OF WORK REQUIRED 7.2 The Contractor shall provide all labor, tools, and materials to disassemble, recondition, and reassemble the Safety Valve Assemblies. 7.2 Remove safety valves from crates and retain crates for return shipping. 7.3 The Contractor shall test then disassemble each Safety Valve Assembly in accordance with paragraph 6-62.2 of reference 2.1.1. 7.3.1 The Contractor shall record the pressures at which each Safety Valve opens and closes when tested in accordance with paragraph 6-62.2.b.(4) of reference 2.1.1. 7.4 The Contractor shall clean, inspect, and recondition each Safety Valve Assembly in accordance with paragraph 6-62.3 of reference 2.1.1. 7.4.1 The Contractor shall immediately notify the MSCREP of abnormal valve wear or defects. 7.5 The Contractor shall reassemble and test each Safety Valve Assembly in accordance with paragraph 6-62.4 of reference 2.1.1 using parts specified in paragraph 4.1. 7.5.1 The Contractor shall record the pressures at which each Safety Valve opens and closes when tested in accordance with paragraph 6-62.4.h.(4) of reference 2.1.1. 7.5.2 The Contractor shall adjust the valve opening pressure as required to meet the requirements of paragraph 6-62.4.h.(4) of reference 2.1.1 by changing the thickness of the shim. Following adjustment, the valve shall be retested and the test pressures recorded. If the opening pressure cannot be properly adjusted, the MSCREP shall be notified. 7.6 The Contractor shall prepare a written report documenting the following: 7.6.1 The valve slides smoothly in valve body following cleaning. 7.6.2 The test pressures recorded as required by paragraphs 7.2.1 and 7.4.1 of this specification. 7.7 Reinstall each Safety Valve Assembly in original crate and secure to ensure no damage during shipping and handling. 7.7.1 The Contractor shall stencil the outside of the crate with the following information in one (1) inch high black lettering (Note: The Contractor shall include the applicable contract number and date of reconditioning below): USNS JOHN LENTHALL (T-AO 189) PC 4.2, Safety Valve Assemblies, P/N T56951 Contract Number: (as applicable) Date of Reconditioning: (as applicable) 7.8 The Contractor shall provide two (2) copies of all documentation, the Contractor's Written Report, and the Calibration Certificate for the pressure gauge used to test the valves as required by paragraphs 6-62.2.b.(4) and 6-62.4.h.(4) of reference 2.1.1 to the MSCREP within three (3) days of shipment. Additionally, one (1) copy of the reports shall be wired to a valve inside the crate and a second copy shall be placed in a resealable waterproof bag securely affixed to the outside of the crate. 8.0 GENERAL REQUIREMENTS 8.1 None additional. WI 217 1.0 ABSTRACT 1.1 This item describes the requirement to disassemble, inspect, clean, and recondition Colt-Pielstick PC4.2 Fuel Injector Assemblies. 2.0 REFERENCES 2.1 References: 2.1.1 NAVSEA Technical Manual T9233-AM-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine, Operation Instructions and Maintenance Procedures. 3.0 ITEM LOCATION/DESCRIPTION/QUANTITY 3.1 Description/Manufacturer's Data: 3.1.1 Engine Description: Colt-Pielstick 10 Cylinder Model: PC4.2V 570 3.1.2 Manufacturer's Data: Colt Industries Fairbanks Morse Engine Division Beloit, Wisconsin 53511 3.1.3 Description: Fuel Injector Injector Assembly, P/N T55814 3.1.4 Quantity: ten (10) fuel injector assemblies to be dealt with 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Material: 4.1.1 Washer, Monel T433392 Qty. (10) 4.1.2 O-Ring ON65239.53.68 Qty. (30) 4.1.3 O-Ring ON65237.53.68 Qty. (10) 4.1.4 Nozzle, Spring T319807 Qty. (10) 4.1.5 Nozzle Tip, SEMT 04.016.805277 Qty. (10) 4.1.6 Ring, Seal T433982 Qty. (10) 4.2 Services: 4.2.1 Transportation of fuel injector assemblies to and from the contractor's facility 5.0 NOTES 5.1 Transportation costs of fuel injector assemblies to and from the contractor's facility shall be provided by the government. 5.2 Approximate weight of fuel injector assembly is 46 lbs. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 Contractor shall provide the services of an ABS (American Bureau of Shipping) Surveyor to attend, witness, inspect and certify shop repairs in accordance with applicable rules and regulations of the classification society. 6.2 The contractor shall submit an as found condition report for each fuel injector assembly describing the apparent condition of the assembly as delivered to the shop. The contractor shall identify each fuel injector assembly with sequential numbers. 7.0 STATEMENT OF WORK REQUIRED 7.1 The contractor shall provide all labor, tools, and materials to disassemble, recondition, reassemble and test the fuel injector assemblies. 7.2 Remove the fuel injector assemblies from crates and retain crates for return shipping. 7.3 IAW Ref. 2.1.1, disassemble the fuel injector assemblies and clean all the parts for inspection. 7.4 Renew all lapped surfaces to specification for overall length. This is to include the nozzle to body mating surface and the fuel inlet port on the nozzle body. 7.4.1 Additional machining shall be identified in a condition report and covered under a change order. 7.5 Reassemble fuel injector assemblies with the parts listed in para. 4.1. Additional parts shall be identified in a condition report and covered under a change order. 7.6 Test refurbished injector assemblies and set injector pop pressure at 300 BAR (+10% when new springs are used). Test shall note proper spray pattern, dribbling of nozzle tip, fuel leakage between tip and body and fuel leakage into cooling passages. 7.6.1 Recondition injector if any of the tests "FAIL". 7.6.2 Provide one (1) report listing inspection results, parts replaced, parts reconditioned etc. 7.7 Reinstall the fuel injector assemblies in original crates and secure to ensure no damage during shipping and handling. 7.7.1 Prior to crating, coat exterior surfaces with cosmoline or equivalent, and cover all ports of the injector to prevent contamination from entering. Crate injectors no more than five (5) assemblies per crate. 7.7.2 The contractor shall stencil the outside of the crate with the following information in one (1) inch high black lettering (Note: The contractor shall include the applicable contract number and date of reconditioning below). USNS JOHN LENTHALL (T-AO 189) Pc 4.2, Fuel Injector Assemblies, P/N T55814 Contract Number: (as applicable) Date of Reconditioning: (as applicable) 7.8 The contractor shall provide two (2) copies of all documentation, inspections, tests and reports to the MSCREP within three (3) days of shipment. Additionally, one (1) copy of the reports shall be wired to an injector assembly inside the crate and a second copy shall be placed in a re-sealable bag securely affixed to the outside of the crate. 8.0 GENERAL REQUIREMENTS 8.1 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, 52.222-35 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 3 November 2010 at 0800 local time, Norfolk, VA. LATE QUOTES MAY 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 combined Synopsis/Solicitation, offers the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7064/listing.html)
 
Record
SN02320027-W 20101103/101101233932-f58914d4c6c0836d9c0f1b183aa4fd8c (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.