Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
SOLICITATION NOTICE

20 -- Propeller System

Notice Date
3/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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-7392
 
Archive Date
4/5/2011
 
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-7392, 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 541330 applies. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order for USNS Diehl to Rolls-Royce Naval Marine as the OEM manufacturer and only authorized service representative for the following services: The requested period of performance for the below service is 12 April - 29 May 2011. 1.0 ABSTRACT 1.1 Provide qualified labor to oversee shipyard effort to replace the blade seals on the port and starboard CRP propellers. Inspect, clean, and polish the propellers and caps. Operationally test the port and starboard controllable pitch propeller systems, open and inspect port side OD box. 2.0 REFERENCE/ENCLOSURES 2.1 References: 2.1.1 MIL-STD-271 (available onboard). 2.1.2 NAVSEA Technical Manual T9245-AE-MMC-010, Controllable Reversible Pitch Propeller (available onboard). 2.1.3 CPP Overhaul (OD Box Ass'y Port) DWG NO. 115757001.pdf (added as part of Rev 2) 2.1.4 CPP Overhaul (HP Seal Ass'y) DWG NO. 115757040.pdf (added as part of Rev 2) 2.2 Enclosures: 2.2.1 Sketch, Blade Port Assembly 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location: Underwater hull, stern frame. 3.2 Quantity: Two (2) propellers (port & stbd.) to be dealt with. 3.3 Description: CRP Propellers: Four (4) Bladed, 21'-0" diameter, Ni-Al-Bronze, ABS TY4, Controllable Reversible Pitch. Mfr: Rolls-Royce Naval Marine, Inc. (Bird-Johnson). 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: 4.1 Material: PART NUMBER DESCRIPTION 01 O-1-4-9 O-RING, 4.250 ID X.139 TEFLON 02 O-7-3-1 O-RING, 34.813 ID X.275 BUNA-N 03 O-7-3-2 O-RING, 36.438 ID X.275 BUNA-N 04 K-8-3-32 SSCR, SKT CUP.62-11X.62LGKMNL 05 115742018 BLADE SEA BASE RING 06 J-12-1-22 COMPRESSION SPRINGS 07 115747039 HP SEAL BASE RING 08 115748058 KIT, MINOR OVERHAUL (OD BOX) 09 N-1-4-9 Seal Rod, 5X5 10 J-2-4-12 Bearing, Thrust 11 J-2-2-28 Bearing, Roller 5.0 NOTES 5.1 This work item shall be worked on a minimum two (2) shift basis to maintain continuity, minimize impact on other drydock work items, and minimize time on drydock. A Manufacturer's authorized technical field service representative shall be provided for both shifts. 5.2 No sandblasting, water blasting, painting or other debris generating work shall be accomplished whenever the propeller hubs are exposed. The contractor shall schedule other work items, including but not limited to items 902 & 903, to preclude any possibility of contamination of these components. Contractor shall provide adequate temporary coverings and protection of these components at all times, and in particular when the possibility of contamination exists. 5.3 This item must be accomplished in conjunction with all other drydock related work items. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work shall be performed to the acceptance of the ABS, Port Engineer, Chief Engineer, and the manufacturer's technical field service representative(s). 7.0 STATEMENT OF WORK REQUIRED 7.1 Contractor shall oversee the following work below provided as amplification (items 7.2 through 7.9.4 and is also identified in ROH Work Item 902) being performed by Sembawang shipyard. All work shall be accomplished IAW Rolls Royce procedures for subject equipment described in paragraph 3.0, using reference 2.1.2 for guidance. 7.2 Remove the eight (8) propeller blades from the port and starboard CRP propellers to the contractor's shop. 7.2.1 Accomplish the following propeller cleaning, inspection and repairs while they are removed. 7.2.1.1 Clean and buff propeller blades, hubs, and caps to bright metal. Thoroughly clean propeller blade bolts. 7.2.1.2 Visually inspect and accomplish NDT to check and examine all components for cracks and defects using reference 2.1.1 for guidance. Pay particular attention to hub, blade roots, and blade edges. Port Engineer, Chief Engineer, Manufacturer's Rep., and ABS Surveyor to witness inspection and testing. Submit condition report to the MSCREP detailing results of inspection and non-destructive testing. 7.2.2 Lay blades out on plywood to prevent scratching or damage. 7.2.3 Set up and machine the bases of the propeller blade flanges and clean up steps, removing a minimum amount of material. 7.2.4 Visually inspect and accomplish NDT on all blade bolts, blade pins and blade flanges in the presence of the Port Engineer and ABS. Submit report on results. 7.2.5 Repair all minor nicks, burrs, and cracks in accordance with ABS procedures and requirements. The contractor shall assume three (3) minor repairs (8in. long X 2in. wide) per propeller blade will have to be accomplished. Submit a copy of ABS approved repair procedures and welder's qualifications to the Port Engineer. 7.2.6 After repairs and dye check, grind and fair up blades to original contour. Polish to a "Rupert B" finish. Polishing shall include the forward and after surfaces of the propeller blade tips between 0.7 and 1.0 radius lines. The leading edge of the propeller blade over 0.2 of the blade width to a finish equal to the "B" specimen of the Rupert Comparator having a roughness average (Ra) of 76.8 micro inch. The remainder of the propeller blades shall be polished to a finish equal to the "C" specimen of the Rupert Comparator having a roughness average of (Ra) of 196.0 micro inch. 7.3 Reinstall propeller blades renewing all blade O-rings (static and dynamic), blade bolt O-rings, blade seal base rings, and blade seal base ring springs. 7.4 Open port OD box and replace the HP seal base ring, drive key, rod seals, and the associated o-rings. 7.5 Make all required service adjustments to the port and starboard CRP systems. 7.6 Inspections/Tests: 7.6.1 Upon completion of repairs and reinstallation of blades conduct one (1) complete cycling of propeller blades while vessel is in drydock. Port Engineer, Chief Engineer, Manufacturer's Rep., USCG and ABS to witness testing. 7.6.2 Pitch to be cycled from 0 pitch to full ahead pitch, to full astern pitch and then back to 0 pitch. Under no circumstances will more than one complete cycling of pitch be authorized. 7.6.3 Contractor to provide fire hoses to lubricate blades during cycling. 7.7 Conduct an operational test of the port and starboard CRP systems during dock trials. Port Engineer, Chief Engineer, Manufacturer's Rep., and ABS to witness testing. 7.7.1 Manufacturer's Rep. shall conduct a hot oil alignment of the port and starboard CRP systems while vessel is waterborne, to the acceptance of the Port Engineer and the Chief Engineer. 7.8 Preparation of Drawing: None. 7.9 Manufacturer's Representative: 7.9.1 The contractor shall provide the services of manufacturer's authorized technical field service representatives throughout the performance of this work item, including multiple shifts. 7.9.2 The manufacturer's authorized technical field service representatives shall provide all special tools, equipment, and devices necessary for the accomplishment of this work item. 7.9.3 Upon completion of all work, field service representative(s) to provide service report noting all as found conditions, clearances, photos, and all repairs accomplished. Submit three (3) typewritten copies of the report to the Port Engineer. 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) 52.223-18 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 21 March 2011 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-7392/listing.html)
 
Record
SN02403876-W 20110319/110317235137-1db5640846343ba00624cd9015c94e91 (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.