Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

20 -- Hub Assembly

Notice Date
6/2/2011
 
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-7555
 
Archive Date
6/21/2011
 
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-7555, 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 2005-51, effective 2 MAY 2011. 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 manufacture and only authorized repair facility for the following services: The requested period of performance for the below service is 14-29 June 2011. 1.0 ABSTRACT 1.1 Provide qualified labor to oversee shipyard effort to replace the port and starboard CPP HUBS propellers and overhaul port and starboard OD Boxes. Operationally test the port and starboard controllable pitch propeller systems, open and inspect port side OD box. All work to be performed in conjuction with original work item 0902. 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) propeller hubs (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: OD Box Parts Part Number QTY L/P Chamber - Aft, Starboard 115657004 1 EA L/P Chamber - Aft, Port 115747024 1 EA Piston - Fwd 115747009 2 EA Manifold block O-rings (Parker), Stbd Box ¾ id x 1"OD x 1/8 8 EA Valve Rod Installation Parts Screw, wire locking ½ - 13unc-2A x ¾L 100031050-14 36 EA Wire round soft k-Monel 400.032" J-1-2-18 18 FT OD Box Installation Kit Req'd for Starboard side (Verified parts on board for Port) Part # 115738056 OD BOX Installation Kit (comprised of the following) Part # Description Qty O-2-1-15 O-RING 1.750 ID X.139 BUNA-N 1ea O-2-1-19 O-RING 2.250 ID X.139 BUNA-N 2ea O-2-1-26 O-RING 3.250 ID X.139 BUNA-N 1ea O-8-2-15 O-RING 29.000 ID X.210 BUNA-N 1ea O-2-3-5 O-RING 13.000 ID X.139 BUNA-N 1ea K-4-5-1 SCR,CAP SCH1.00- 8X 3.00LG STL 20ea K-3-1-36 SCR,HEX HD.88- 9X 3.75LG STL 4ea M-4-2-8 SCR,CAP SCH.38-16X 1.75LG STL 6ea M-4-3-1 SCR,HEX HD.62-11X 2.75LG STL 4ea J-1-2-18 WIRE, RD SOFT.032 DIA, MONEL 6ea 100031050-12 SCR,HEX HD.50-20X.88LG STL 2ea O-2-2-20 O-RING 7.500 ID X.139 BUNA-N 1ea O-2-3-4 O-RING 12.000 ID X.139 BUNA-N 1ea Part# 115748058 TAO O.D. Box Minor Overhaul kit Part # Description Qty 100031050-3 SCR,HEX HD.38-24X.75LG STL 4ea 100031050-12 SCR,HEX HD.50-20X.88LG STL 2ea N-1-1-20 SEAL,OIL 11.00X12.50X.625 STL 1ea N-1-4-9 SEAL, ROD 5 X 5.75 X.375 1ea N-1-4-20 SEAL,ROD 5.50X 6.25X.375 1ea N-1-4-21 SEAL, ROD 8.25 X 9 X.375 2ea N-1-4-22 SEAL, ROD 11.25 X 12 X.375 2ea N-1-3-30 FELT STRIP.25 X.31 X 60" LG. 1ea O-2-1-5 O-RING 1.000 ID X.139 BUNA-N 1ea O-2-1-7 O-RING 1.125 ID X.139 BUNA-N 1ea O-2-1-15 O-RING 1.750 ID X.139 BUNA-N 1ea O-2-2-11 O-RING 5.500 ID X.139 BUNA-N 1ea O-2-2-15 O-RING 6.250 ID X.139 BUNA-N 1ea O-2-2-17 O-RING 6.750 ID X.139 BUNA-N 1ea O-2-2-20 O-RING 7.500 ID X.139 BUNA-N 2ea O-2-3-4 O-RING 12.000 ID X.139 BUNA-N 2ea O-2-3-5 O-RING 13.000 ID X.139 BUNA-N 6ea O-2-3-6 O-RING 14.000 ID X.139 BUNA-N 2ea O-4-2-28 RING,WIPER.998 DIA 1ea O-7-1-2 O-RING 10.875 ID X.139 BUNA-N 2ea O-7-1-8 O-RING 13.625 ID X.139 BUNA-N 1ea O-7-1-17 O-RING 15.500 ID X.139 BUNA-N 3ea O-8-1-15 O-RING 15.750 ID X.210 BUNA-N 1ea M-7-1-11 PIN,DOWEL.25DIAX.62LG STL 1ea J-7-1-25 PIN,SPRING.38DIAX3.00LG STL 1ea J-12-1-23 SPR,CPRSN 3.00LGX.50X.094 STL 12ea 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. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 All work shall be performed to the acceptance of the ABS, Port Engineer & Chief Engineer. 7.0 STATEMENT OF WORK REQUIRED 7.1 Contractor shall oversee the additional work required to swap out two each propeller hubs and complete work on the OD Boxes in addition to completing all work identioed in the original service order.. 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. 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 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K) 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 6 June 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. MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00. 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. CONTRACTOR ACCESS TO MSC SHIPS 1. El Paso Intelligence Center (EPIC) clearance is required to gain gangway access to all USNS vessels. EPIC clearance is separate from base access. 2. If required for a ship check, or upon receipt of a purchase order, the contractor must request an EPIC form via e-mail from James Phillips at james.b.phillips2@navy.mil and Johnathan Overton at johnathan.overton.ctr@navy.mil. The completed form shall be returned via email to the same individuals. 3. When the EPIC clearance is received, MSFSC Command Security will promulgate a letter for base access for cleared personnel and forward it to base security. 4. EPIC requests typically require five business days for clearance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-11-T-7555/listing.html)
 
Record
SN02462954-W 20110604/110602235202-4c954c2e1c636b1b6af3c128b8ad5fcf (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.