Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2011 FBO #3371
SOLICITATION NOTICE

20 -- MDG Maintenance - Package #1

Notice Date
2/14/2011
 
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-7310
 
Archive Date
3/4/2011
 
Point of Contact
Efrem Antoine Mason, Phone: 7574435958
 
E-Mail Address
efrem.mason@navy.mil
(efrem.mason@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
FME J&A 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-7310, 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 2005-48, effective 30 DEC 2010. NAICS code333618 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a Sole Source Firm Fixed Price Purchase Order to Fairbanks Morse Engine for the USNS LEWIS & CLARK, USNS SACAGAWEA, UANS SHEPARD, USNS BYRD, USNS PEARY, USNS EARHART, USNS BRASHEAR, USNS SCHIRRA, USNS PERRY AND USNS CREW for the following services: The requested period of performance for the below service is 21 February 2011 - 30 September 2011. 1.0 ABSTRACT 1.1 This item describes the requirement to revise the MAN 48/60 main diesel generator (MDG) maintenance plan to make T-AKE specific and update MDG maintenance books to reflect the new maintenance plan. 2.0 REFERENCE: 2.1 Markup of Original Main Diesel Generator (MDG) Maintenance Plan included in the T-AKE MDG Technical Manuals. 2.2 New MAN 48/60 MDG Maintenance Plan, Change A, Revision 1, B1, Pages 277 through 288. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Contractor's facility. 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 REQUIRED 7.1 Using references 2.1 and 2.2 for guidance, develop a T-AKE specific MDG maintenance plan to be included in next MDG technical manual update. T-AKE main diesel maintenance plan is to: 7.1.1 Include a separate table for ship's force items that are covered in the Shipboard Automated Maintenance Module (SAMM). Do not include ship's force capable items in the separate table(s) defined in 7.1.2 that list items that require FME/MAN and/or industrial (shipyard) assistance. 7.1.2 Include a separate table that list items that require FME/MAN and/or industrial (shipyard) support. 7.1.2.1 In the tech rep/industrial support table, include columns to indicate if tech reps and/or industrial support are required to accomplish maintenance action. 7.1.2.2 In the tech rep/industrial support table, include a column for every 3,000 hours interval (3,000, 6,000, 9,000, 12,000, 15,000, 18,000, 21,000, 24,000,...). Format table and consider use of foldout sheet(s) so as many intervals as possible can be shown legibly. 7.1.2.3 In the tech rep/industrial support table, delete the notes X - Maintenance work is necessary, 1 - As required depending on condition, 2 - Check new or overhauled parts, 3 - According to specifications of manufacturer, 4 - If component/system is installed. Replace items with designations "1", "2", "3", "4", and "X" with "R" required. 7.1.3 Incorporate changes highlighted in Reference 2.1. 7.1.4 Provide a recommendation for interval for the overhaul of fuel delivery pump and include recommendation in maintenance plan. 7.1.5 Change interval for overhaul of buffer pistons to 6,000 hours (Item 009). 7.1.6 Delete the check of injection valve cooling water system (Item 032). 7.1.7 Provide a recommendation for check of cooling water spaces and heat exchanger (Items 035 and 036) and include in maintenance plan. 7.1.8 Delete compressed air tank manual drain (Item 042). 7.1.9 Provide a recommendation for cleaning air charge cooler (Item 053) and include in maintenance plan. 7.1.10 Change periodicity of check of exhaust gas pipe to 24 hours and move to ship's force maintenance table. 7.1.11 Delete check of accumulator (Item 074). 7.1.12 Change check/overhaul of oil mist detector to 6,000 hours (Item 075). 7.1.13 Include Item 076 in ship's force maintenance table. 7.1.14 Make periodicity for Items 082, 087, and 083 every 6,000 hours. 7.1.15 Include Item 084 in ship's force table. 7.1.16 Make periodicity of Item 085 24,000 hours. 7.1.17 Provide a recommendation for check/overhaul turning gear and include in maintenance schedule (Item 094). 7.1.18 Add a check of coupling by Vulcan rep every 3,000 hours (approximately one year). 7.1.19 Make recommendation for periodicity of mechanical governor and electronic governor checks and include in maintenance schedule (Item 265). 7.1.20 Delete requirement to check baffle screws at 1,500 hours and move replacement out to 6,000 hours (Items 302 and 305). 7.2 Revise previously developed maintenance books to reflect newly developed maintenance interval hour interval ranges (1000-2000, 3000-4000, 5000-6000, 10,000-12,000, 15,000-20,000, and 30,000-40,000). Provide one paper copy of revised maintenance books and 30 CD copies. 7.3 Review FY 11 service reports for T-AKE MDG maintenance work accomplished in locations other than continental US and Guam. Provide a report that comments on compliance with T-AKE main diesel engine maintenance plan and comments on pertaining to trending. Base estimate on the review of reports for seven (7) T-AKE maintenance actions. 7.4 Preparation of Drawings: None additional. 7.5 Manufacturer's 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, 52.222-35 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) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 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 52.232-18 Availability of Funds (only used with an unapproved budget, not standard) 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 17 February 2011 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to efrem.mason@navy.mil or faxed via 757-443-5958 Attn: Efrem Mason. 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-7310/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02379716-W 20110216/110214234614-307c661929c43383d71b2cfdb5be542a (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.