Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2011 FBO #3689
SOLICITATION NOTICE

20 -- Service Order in support of Emergency Dry Docking of USNS CARL BRASHEAR

Notice Date
12/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
N40442 MSFSC NORFOLK Building SP-64 471 C Street Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4044212T3014
 
Response Due
1/5/2012
 
Archive Date
2/6/2012
 
Point of Contact
Doug Jones 757-443-5882 Ricky Jennings
 
Small Business Set-Aside
N/A
 
Description
Military Sealift Fleet Support Command (MSFSC), Naval Station Norfolk, VA intends to award a sole source firm-fixed price purchase order to Wartsila Defense for the following notice: This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number: N40442-12-T-3014 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-53, effective August 4, 2011 NAICS Code 488390 applies. Test Program for Commercial Items: This requirement will be awarded using the procedures under FAR Part 13.5 Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful offer who submits the lowest price. Award will be made for all parts. FAR Part 13 Purchase Order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. 1.0ABSTRACT This item describes the requirement to provide Technical Representative support for propulsion system inspection, disassembly, repairs, reassembly, and testing during the Dry Docking. 2.0REFERENCE 2.1The following references have been provided via a separate correspondence. 2.2Work Item 901: Dock and Undock Ship 2.3Work Item 903: Propeller Shaft and Stern Tube Inspection 2.4Work Item 904: Stern Tube Seal Inspection 2.5Work Item 915: Coat Stern Tube 2.6Work Item 919: Shaft Grounding Preventative Maintenance 2.7Tech Manual T9243-AZ-MMC-010, Fixed Pitch Propeller and Shafting with Bearings Model W084836780 (Available onboard ship) 3.0ITEM LOCATION AND DESCRIPTION 3.1Location/Quantity 3.1.1Location 3.1.1.1Sembawang Shipyard, Singapore 3.1.1.2Shaft Alley 3.1.2Quantity: Various 3.2Item Description/Manufacturer s Data 3.2.1Various 4.0GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1Government Furnished Equipment (GFE): None 4.2Government Furnished Material (GFM): None 4.3Government Furnished Services (GFS): None 5.0QUALITY ASSURANCE REQUIREMENTS: None Additional 6.0STATEMENT OF WORK REQUIRED 6.1Provide Technical Representative support to assist in the accomplishment of propulsion system inspections, disassemblies, repairs, reassembly, and testing. 6.2Technical Representatives are to be experienced in the propulsion motor bearings, thrust bearing, line shaft bearing, stern tube bearing, propulsion shafting system components, stern tube seal components, and the propeller associated with the T-AKE Class vessels. 6.3The intent of this service order is to compensate the Contractor for: 6.3.1The Contractor shall provide the following parts required for the repair of the USNS CARL BRASHEAR during the dry dock period. Period of Performance is 24 January 2012 to 12 February 2012 at Sembawang Shipyard in Signapore. Wartsila Provided Materials (GFM) Seal Tube Seal Major Overhaul Kit Wartsila1 ea Rudder Hydraulic Nut O-ring (between the fitting disc and nut)Ref 2.1.8 Bot-Groningen Dwg 2.1264/2.1 Hydraulic Nut Parts List Part #2 6mm Dia thk NBR 65 SH1 ea Rudder Hydraulic Nut O-ring (O.D piston ring o-ring)Ref 2.1.8 Bot-Groningen Dwg 2.1264/2.1 Hydraulic Nut Parts List Part #4 6mm Dia thk NBR 65 SH1 ea Rudder Hydraulic Nut O-ring (O.D piston ring o-ring)Ref 2.1.8 Bot-Groningen Dwg 2.1264/2.1 Hydraulic Nut Parts List Part #5 6mm Dia thk NBR 65 SH1 ea Rudder Hydraulic Nut O-ring (O.D piston ring o-ring)Ref 2.1.8 Bot-Groningen Dwg 2.1264/2.1 Hydraulic Nut Parts List Part #7 6mm Dia thk NBR 65 SH1 ea Rudder Hydraulic Nut O-ring (between the fitting disc and rudder blade)Ref 2.1.8 Bot-Groningen Dwg 2.1264/2.1 Hydraulic Nut Parts List Part #9 6mm Dia thk NBR 65 SH1 ea Rudder Seal Ring O-Ring (between Lower segmented seal ring and rudder blade)Ref 2.1.7 Bot-Groningen Dwg 2.1263/1.1 Cone Coupling Part #4 6mm Dia thk NBR 65 SH1 ea Rudder Seal Ring O-Ring (between lower segmented seal ring and rudder stock)Ref 2.1.7 Bot-Groningen Dwg 2.1263/1.1 Cone Coupling Part #7 12mm Dia thk NBR 65 SH1 ea Rudder Seal Ring O-Ring (between upper segmented seal ring and rudder trunk)Ref 2.1.6 Bot-Groningen Dwg 3.1265/1.1 Rudder Trunk Summary Part #6 12mm Dia thk NBR 65 SH1 ea Propeller Cap O-ringRef 2.1.9 Wartsila Dwg W084827066 pc 3 NBR 70 Shore ID 932.5 X7 Wartsila Detail Dwg W0070400141 ea Propeller cap vent and fill plug copper sealing ringsRef 2.1.9 Wartsila Dwg W084827066 pc 8 NBR 70 Shore ID 932.5 X7 Wartsila Detail Dwg M7130002902 ea Propeller Nut O-ring (Nut Piston ring ID o-ring)Ref 2.1.11 Wartsila Dwg W084838596 pc 3 Cord ring with vulc joint NBR90 Shore Ø 650 X 3.53 Wartsila Detail Dwg W0070580611 ea Propeller Nut O-ring (Nut Piston ring OD o-ring)Ref 2.1.11 Wartsila Dwg W084838596 pc 4 Cord ring with vulc joint NBR90 Shore Ø 745 X 3.53 Wartsila Detail Dwg W0070580621 ea Aft Tail Shaft Seal Ring o-ring (Fwd on propeller hub)Ref 2.1.13 Wartsila Dwg W084837232 pc 57 NBR 70 Shore ID 730.5 X7 Wartsila Detail Dwg W0848387031 ea Tail Shaft Hydraulic Coupling hydraulic Chamber Ring O.D O-ringRef 2.1.15 pc 4 o-Ring Ø721X6,99 Nitril 70 ShoreA Cage OEYA6 Part # 7379731 ea Tail Shaft Hydraulic Coupling hydraulic Chamber Ring I.D O-ringRef 2.1.15 pc 5 o-Ring Ø587X3,53 Nitril 70 ShoreA Cage OEYA6 Part # 7378821 ea Tail Shaft Hydraulic Coupling Flange O-ringRef 2.1.15 pc 8 o-Ring Ø799X6,99 Nitril 70 ShoreA Cage OEYA6 Part # 7380961 ea Stern Tube Bearing Tapered Key FastenersCap Screws, Flat Head, M12 x 50 LG, P/N F99M12X50S15 Ea Propeller Cap Lifting Eye BoltWartsila Dwg W084827066 pc 6 Wartsila Detail Dwg M713090039 C15 M201 ea Propeller Lifting Eye Bolt-80MWartsila Dwg W08483677 pc 4 42CrMo4 80M Ø135 L=225 Wartsila Detail Dwg W0848136191 ea Propeller Lifting Eye Bolt-64MWartsila Dwg W08483677 pc 6 42CrMo4 64M Ø110 L=190 Wartsila Detail Dwg W0848136184 ea Propeller Hydraulic Nut Hand Pump with HosesWartsila Dwg W0060401301 ea Propeller Hub Hand pump with Hoses and Pump holder Wartsila Dwg W0004000 and W006300563 and DMYI000059 1 ea assembly Tail shaft Hydraulic Flange Coupling Hydraulic pumpsRep provide- or Shipyard provided2 ea Tail Shaft Lifting eyeboltReference 2.1.1 pc 91 ea Fwd propeller Shaft Roller JigReference 2.1.1 pc 311 ea Aft propeller Shaft Roller JigReference 2.1.1 pc 321 ea Shaft Extension Roller JigReference 2.1.1 pc 331 ea Propeller Shaft Extension ToolReference 2.1.1 pc 341 ea Shaft Extension SupportReference 2.1.1 pc 351 ea Stern Tube Bearing Removal toolsWartsila Rep provide- Or obtain from Thordon Bearing Thordon COMPAC Standard Key Installation Kit -Consists of Hydraulic cylinder, Threaded Rod, Installation Plate, Rubber mallet, Key Extraction tool, Johnson Bar, and Hex Wrench1 ea kit 6.3.2Travel expenses to/from Shipyard for two (2) Technical Representatives. 6.3.3Twenty-two (22) days of per diem expenses for each of the two Technical Representatives. 6.3.4Twenty-two (22) days of rental car expenses for the two Technical Representatives. 6.3.5Transportation of materials to/from Shipyard. 6.3.6Obtain the services of a qualified Thorndon Bearing Technical Representative to assist with the stern tube bearing replacement. For estimating purposes, estimate fifteen (15) days of attendance. 6.4Diehl Engineering will be contracted by MSC to accomplish the four (4) bearing reaction readings prior to and after the repair work is accomplished. Shipyard will assist with rotating the shaft when necessary. 6.5Preparation of Drawings: None Additional 6.6Manufacturer s Representative: Non Additional 7.0GENERAL REQUIREMENTS: None Additional 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 5 January 2012 at 10:00 a.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to douglas.jones3@navy.mil. Please reference the solicitation number on your quote. 6.Award will be based on Lowest Price. MSFSC DELIVERY INSTRUCTIONS SINGAPORE Contractor shall clearly mark each package for shipment with the following information: Mark For: USNS CARL BRASHEAR REQN NR: N23197-1314-4716 SHIP TO: Receiving Officer FISC Detachment Singapore PSA Sembawang Terminal Deptford Road Bldg 7-4 Singapore 759657 Attn: Receiving Officer Ph: (65) 6750-2518/2667 E-mail: Clifford.Theseira.SN@fe.navy.mil Note: Shipment must be Door-to-Door service and Freight Pre-Paid from origin. Wood Packaging Material (WPM) Additional Delivery Instructions: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The following FAR provisions and clauses apply to this solicitation and are hereby incorporated: 52.204-7Central Contractor Registration 52.209-6Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1Instructions to Offerors Commercial Items 52.212-3 Alt IOfferor 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.) 52.212-4Contract Terms and Conditions Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Clauses within 52.212-5 are hereby incorporated: 52.203-6Restrictions on Subcontractor Sales to the Government 52.204-10Reporting Subcontract Awards 52.219-8Utilization of Small Business Concerns 52.219-28Post Award Small Business program Representation 52.222-3Convict Labor 52.222-19Child Labor Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-35Equal Opportunity; Special disabled Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36Affirmative Action for Workers with Disabilities 52.222-37Employment Reports on Special Disabled Veterans of the Vietnam Era, and Eligible Veterans 52.225-13Restrictions on Certain Foreign Purchase 52.223-18Contractor Policy to Ban Text Messaging While Driving 52.232-33Payment by electronic Funds Transfer- Central Contractor Registration 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.222-40Notification of Employee Rights Under the National Labor Relations Act 52.247-34FOB Destination 252-201-7000 Contracting Officer s Representative 252-203-7000Requirements Relating to compensation of Former DoD Officials 252.204-7004(Alt A)Required Central Contractor Registration 252.204-7008Export Controlled Items 252.209-7001Disclosure of Ownership or Control by the Government of a Terrorist Country 252-209.7004Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252-211-7003Item Identification and Valuation; and its Alternate I 252-212-7000Offeror Representations and Certification Commercial items 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items Clauses within 252.212-7001 are hereby incorporated: 52.203-3Gratuities 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.225-7001Buy American Act and Balance of Payment Program 252.225-7009Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012Preference for Certain domestic Commodities 252.232-7003Electronic Submission of Payment Requests 252.247-7023Transportation of Supplies by Sea 252.225-7000Buy American Act-Balance of Payment Program Certificate (a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: ----------------------------------------------------------------------- (Line Item Number Country of Origin) ----------------------------------------------------------------------- (Country of Origin) (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'': (Line Item Number)----------------------------------------------------- (Country of Origin (If known))----------------------------------------- (End of provision) 252.232-7010Levies on Contract Payment 252.243-7002Request for Equitable Adjustment 252.246-7003Notification of Potential Safety Issues 52.233-2Service of Protest (a)Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed direct with an agency and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt form Military Sealift Fleet Support Command, N10 Attn: Ricky Jennings 471 C Street, Naval Station Norfolk, VA 23511. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 Service of Protest Interested parties may request an independent review of their protest as an alternative to consideration by the Contracting Officer or as an appeal of the contracting officer s decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the Contracting Officer prior to filing a protest. 52.252-2Clauses 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 SHIP & BASE ACCESS (SEP 2011) Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using Request a Read Receipt function and to confirm receipt of facsimile transmissions. Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required: 1. El Paso Intelligence Center (EPIC) personnel screening requirement 2. Base/Repair Facility Access Request 3. Vehicle Access Request 4. Ship Access List (vendor-provided) All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on Contracts in the upper right corner. EPIC template is under Reference subheading. Click on Online Library of Common Documents for all other forms. EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)EAST@navy.mil and (CONUS West Coast and HI repairs) MSC.SSUSD.EPIC@NAVY.MIL. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel. Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at ermanno.magliulo@navy.mil will be appreciated. RAPIDGate is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate badge is active for the specific facility and performance period in accordance with RAPIDGate User Agreement (http://www.RAPIDGate.com). Additional access permissions may be required such as Navy Base Point Loma Enclave Access request form . Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted. T-AKE email address:MASTER@AKE#.NAVY.MIL (example: master@ake8.navy.mil, where 8 is the hull number). All other hulls address:MASTER.SHIPNAME@MSC.NAVY.MIL (example: master.sioux@msc.navy.mil). *When access to classified information or material may be required please contact Port Engineer for special instructions. (End of Ship & Base Access template) Travel, Lodging and Per Diem: Travel expenses (per diem, hotel, air fare, car rental, etc.) are restricted to and cannot exceed the amounts allowed by the Joint Travel Regulations (JTR) and FAR 31.205-46. Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS - - COMMERCIAL ITEMS The contractor shall provide the following pricing breakdown with their quote: TRAVEL AND PER DIEM Round trip coach airfare: $__________ times number of personnel __________ = __________. Rental car: $__________per day/week or for period of performance. Per diem: $__________ per day times number of personnel __________ = __________. Contactor's proposed per diem price shall include both lodging and meals. The GSA per diem rate for (insert city,state) is $__________. Other (identify): $__________. LABOR RATES per labor category Insert labor category: Number of hours _____ times hourly labor rate $_____ times number of personnel __________ = __________. Contractor shall submit their published hourly/daily labor rates with their quote. MATERIAL Provide list of materials, with respective pricing, to be used in the performance of this service order. OTHER Provide any other costs associated with performing this service order not identified above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0a9ce2a96c6aaaa63b1c35c64bbec27e)
 
Record
SN02646629-W 20111231/111229233724-0a9ce2a96c6aaaa63b1c35c64bbec27e (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.