SOLICITATION NOTICE
20 -- TECH SUPPORT-LINESHAFT BEARING REACTION MEASUREMENT
- Notice Date
- 2/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- 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
- N40442-11-T-7329
- Archive Date
- 3/15/2011
- Point of Contact
- Dianne L. Pope, Phone: 7574435948
- E-Mail Address
-
dianne.pope@navy.mil
(dianne.pope@navy.mil)
- Small Business Set-Aside
- Total Small Business
- 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-7329, 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 code 336611 applies. 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 RAINIER for the following services: The requested period of performance for the below service is March 25-March 31, 2011. 1.0 ABSTRACT: 1.1 This item Provide technical support services to take Line Shaft Bearing Reaction Measurements. 2.0 REFERENCES: 2.1 NAVSEA Dwg 835-6360595, Propulsion Shaft Alignment Analysis 2.2 NAVSEA Technical Manual S9244-A1-MMA-010, Installation Operation and Maintenance Instructions Propulsion Line Shaft Bearings, Model 87159 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location: Shaft alley and Main Machinery Room 2 (MMR 2) 3.2 Quantity: Three (3) Total Line Shaft Bearings, a. One (1) Starboard side - 1A b. Two (2) Port Side - 2A and 2B 3.3 Item Description/Manufacturer's Data: 3.1.1 Line Shaft Bearing Manufacturer: American Metal Bearing Company 7191 Acacia Ave. Garden Grove, Ca 92641 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL: None 5.0 NOTES: None 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 The contractor shall contact the MSC Rep. upon completion of work to inspect the content, accuracy and completion of all work items described in the following SOW. 7.0 STATEMENT OF WORK REQUIRED: 7.1 Provide the services of a MSFSC approved engineering firm to oversee all requirements of this work item. 7.2 Contractor shall install strain gages on the Port and Starboard shafts. 7.3 Contractor shall measure shaft strains on the Port and Starboard shafts and compute bearing loads on the1A/2A/2B line shaft bearings (Cold Condition) using the following procedures: A. Record shaft alignment data by strain gage method on both shafts while the vessel is afloat at approximately 90% full load displacement. Data shall be recorded from no less than three gage stations on the Stbd shaft configured to allow the derivation of all inboard bearing vertical and horizontal loads. Data shall be recorded from no less than four gage stations on the Port shaft configured to allow the derivation of all inboard bearing vertical and horizontal loads. All raw strain readings and gage station location information shall be included in the analysis report. B. Derive bearing vertical load by lift/load method on both shafts while the vessel is afloat at approximately 90% full load displacement. Data shall be recorded at a total of three line shaft bearings, one on the Stbd side and two on the Port side, at no less than four positions of shaft rotation at each bearing. Lift data shall be by a calibrated dial indicator type instrument with at least 0.0001" resolution. Load data shall be by a calibrated digital display electronic load cell type instrument with at least a 10# resolution. Rotational shaft positions are to be referenced to one fixed index such as the docking position of the shaft or the #1 bolt of the forward most flange. All raw lift & load data and jack & indicator position information shall be included in the analysis report. 7.4 Contractor shall provide recommendations (via condition report) to the Principle Port Engineer and Chief Engineer for any bearing pedestal movement, as dictated by the shaft strain measurements. 7.5 Line Shaft Bearing Adjustment: 7.5.1 Rep shall provide technical oversight all line shaft bearing movements. 7.5 Contractor shall measure shaft strains and compute bearing loads following all bearing pedestal movement to verify recommended condition has been attained. Perform as stated in 7.3. 7.6 Contractor shall provide all equipment and material required to acquire lateral vibrations at the line shaft bearings and main reduction gear. 7.7 Contractor shall provide an outbrief report to the Principle Port Engineer and Chief Engineer that shall contain all readings and calculations from all Cold and Hot Condition shaft strain measurements and lateral vibration levels. 7.8 Contractor shall provide a final report of all actions within thirty (30) days of completion of work. 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 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 February 28, 2011 at 4:00 PM local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Dianne.Pope@navy.mil or faxed via 757-443-5982 Attn: Dianne Pope. 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/notices/52b00e2c490dc15a8d57eff0dfc4bdf0)
- Place of Performance
- Address: NAVAL MAGAZINE INDIAN ISLAND, United States
- Record
- SN02386071-W 20110225/110223234713-52b00e2c490dc15a8d57eff0dfc4bdf0 (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 |