Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOLICITATION NOTICE

20 -- MAN 48/60 Design Engines - SOW

Notice Date
7/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC East - Norfork, Virginia, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-12-T-7557
 
Archive Date
8/9/2012
 
Point of Contact
James R. Wood, Phone: 7574433974
 
E-Mail Address
James.Wood4@navy.mil
(James.Wood4@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW 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 N40442-12-T-7557, 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 2005-58, effective 18 May 2012. NAICS code 333618 applies. Military Support Command (MSC), Norfolk, VA intends to award a firm fixed price purchase order to an authorized service provider for the MAN 48/60 design engines in support of the USNS RICHARD E. BYRD for the following services: The requested period of performance for the below service is 16 AUGUST 2010 - 29 AUGUST 2010. 1.0 ABSTRACT 1.1 This item describes technical services for No. 3 Main Diesel Engine 12000 hr scheduled maintenance. (Main Engine only. Turbo Charger was done previously). 2.0 REFERENCES: 2.1 T/M T9233-CF-IMC-010; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume B1, Engine Operating Instructions. 2.2 T/M T9233-CF-IMC-020; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume B2, Engine Working Instructions. 2.3 T/M T9233-CF-IMC-040; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume B3, Spare Parts. 2.4 T/M T9233-CF-IMC-070; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volume E1-E4, Engine Operating Instructions. 2.5 T/M T9233-CF-IMC-030; Diesel Engines, Main Power Generation, Models 9L 48/60 and 8L 48/60, Volumes C1, C2, C3, Turbocharger Operating and Working Instructions/Spare Parts Catalog 3.0 ITEM LOCATION AND DESCRIPTION/ 3.1 Location/Quantity/FME supplied Material. 3.1.1 Location: Main Machinery Room 5-66-0 3.1.2 Quantity: Main Diesel Engine No. 3 3.2 Item Description/Manufacturer's Data: MAN B&W 9L 48/60 Diesel Engine and Turbo Charger 3.3 Contractor Supplied Material: 3.3.1 Contractor is to review this statement of work and provide any additional tooling /rigging and parts not provided via GFM. 4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/SERVICES: 4.1 12k Overhaul/Maintenance Kit 9Cyl PN M12701657. 5.0 NOTES 5.1 To gain access to MSC vessel's on the West Coast, contractors must submit an EPIC request to MSC.SSUSD.EPIC@navy.mil. 5.1.1 The following information is required: 5.1.1.1 U. S. Citizen Contractors: Full Name; Full SSN; Ship Attending; Reason For Visit; Dates Requiring Access. 5.1.1.2 Non-U.S. Citizen Contractors: Full Name; Date of Birth; Nationality; SSN, Passport No. or ARC No.; Ship Attending; Reason For Visit; Dates Requiring Access. 5.2 Performance period: Work shall be from 16 Aug to 29 Aug 2012. The Authorized Service Provider of the 48/60 Design engine will be onboard the USNS BYRD by 16 Aug 2012. 5.3 Performance Location: Base bids on performing work in Sri Racha, Thailand. Shipyard/Pier to be determined. 5.4 Parts will be ordered in a separate P.O. 5.5 If Performance Location is in Vietnam, a Visa will need to be obtained prior to traveling to Vietnam. 5.6 POC; Port Engineer Contact Info is Willie Lombos, Cell Phone: 757-943-7949, E-Mail: Willie.lombos@navy.mil. 5.7 Contractor shall be responsible for all industrial support outside the normal scope of Ships Force assistance. Any industrial support required beyond the ships force capable, shall be the responsibility of the contractor. 5.8 The contractor and subcontractors must consult Military Sealift Command's General Technical Requirements, (GTR's), to determine applicability to this work item. The contractor and all subcontractors must comply with all applicable GTR requirements. 6.0 QUALITY ASSURANCE REQUIREMENTS: None 7.0 STATEMENT OF WORK: 7.1 Provide the service of at least two (2) Authorized Service Providers of the 48/60 Design engine. Reps shall be a Sr. Service Tech Rep Experience with MAN B&W 48/60 engines. 7.2 Ship's force will provide special tools as required. Reps should provide additional tools to perform overhauls concurrently as required. 7.3 Ship's force and/or Shipyard personnel will assist the Authorized Service Provider of the 48/60 Design engine. All maintenance shall be performed in accordance with recommended practices and procedures. 7.4 Authorized Service Provider of the 48/60 Design engine shall provide support to perform maintenance items taken from reference 2.1 Chapter 4.7, Change C maintenance schedule (12000hrs) to include any service bulletins, notices, etc listed on Table 1 below. NOTE: Omit any work on Turbo Charger. Service was done previously. Table 1 (Per Reference 2.1 Latest Maintenance Schedule Rev C) Ref 2.1 Maintenance Schedule Serial Number Category Job Description Work Card Scope of Work 004 - 009 Fuel Oil System Check fuel oil system and components IAW Ref 2.1 (latest Maintenance Schedule Rev C). 434.04 -MDG #3 011 - 027 Lube Oil System Check lube oil system and components IAW Ref 2.1 (latest Maintenance Schedule Rev C). none -Each cylinder MDG #3. -Turbo charger MDG #3 031 - 045 Compressed Air and Control air System Check Compressed Air and Control System and components IAW Ref 2.1 (latest Maintenance Schedule Rev C). 125.XX -MDG #3 062 - 076 Measurement and Control Systems Check Measurement and Control Systems IAW Ref 2.1 (latest Maintenance Schedule Rev C). 125.XX -MDG#3 082 - 086 Engine Foundations/Pipe Connections Check Engine Foundations and all Piping Connections IAW Ref 2.1 (latest Maintenance Schedule Rev C). Record data as required. 012.01, 000.30 -MDG #3 092 - 094 Flexible Coupling/Turning Gear Flexible Coupling: Check alignment and rubber elements IAW Ref 2.1 (latest Maintenance Schedule Rev C). 000.09 -MDG #3 112 - 113 Running Gear and Crankshaft Check the running gear (visually) and record crankweb deflection readings IAW Ref 2.1 (latest Maintenance Schedule Rev C). 000.10 -MDG #3 122 Main Bearing: Locating bearing: Check axial clearance IAW Ref 2.1 (latest Maintenance Schedule Rev C). 021.XX MDG #3 123 Main Bearing: Lower one bearing cap and inspect bearing shell. Check pressure for loosening bearing bolts IAW Ref 2.1 (latest Maintenance Schedule Rev C). 000.11 012.02 012.03 021.xx -One bearing MDG #3 142 Big-End Bearing Remove and check one bearing shell. Check pressure for loosening bearing bolts. Inspect IAW Ref 2.1 (latest Maintenance Schedule Rev C). 000.11, 030.02, 030.03, 030.04, -One Mn Brg MDG #3 152 Piston/Piston Pin Remove, clean, and check one piston. Measure shoulder clearance, piston rings and grooves. Check pressure for loosening bolts of connecting rods. Inspect IAW Ref 2.1 (latest Maintenance Schedule Rev C). 030.01 034.01 034.02 050.05 034.07 -One cylinder MDG #3. 162 Cylinder Liner Measure one cylinder liner 050.02 -One Cylinder MDG #3 172 Cylinder Head Remove, clean and check one cylinder head IAW Ref 2.1 (latest Maintenance Schedule Rev C). 055.01 055.02 -One cylinder head MDG #1 202 Camshaft Drive Check gearwheels, measure the backlash IAW Ref 2.1 (latest Maintenance Schedule Rev C). 100.01 -MDG #3 216 - 217 Camshaft/Camshaft bearing/Cam Follower Check Cams, rollers and cam follower (visually) and bushings of cam follower on one cylinder IAW Ref 2.1 (latest Maintenance Schedule Rev C). 112.02, 209.01 112.02 -Each cylinder MDG #3 222 Rocker arm Check rocker arm and relevant bolted connections (visually) IAW Ref 2.1 (latest Maintenance Schedule Rev C). 111.01 -One cylinder MDG #3 232, 233, 234, 242, 245 Inlet and Exhaust Valves Remove and Check inlet and exhaust valves IAW Ref 2.1 (latest Maintenance Schedule Rev C). 113.01 113.02 113.03 113.04 113.05 113.07 114.01 -All cylinder MDG #3 273 Starting Air Pilot Valve/Starting Valve/Main Starting Valve Check starting air pilot valves for tightness IAW Ref 2.1 (latest Maintenance Schedule Rev C). 160.01 -MDG #3 302, 305, 303 Fuel Injection Pump Remove and Check Fuel Injection System IAW Ref 2.1 (latest Maintenance Schedule Rev C). 200.01, 200.05, 112.02, 200.XX 201.XX -One injection pump MDG #3. 322 Fuel Injection Valve Remove injection valves IAW Ref 2.1 (latest Maintenance Schedule Rev C). 221.01, 221.02, 221.03, 221.04 -Each cylinder MDG #3 951 Turbocharger Major Overhaul- Remove, clean and check all components of the turbocharger. Check gaps and clearances on reassembly 000.31 500.06 500.10 500.15 500.23 500.26 -MDG #3 Turbo 941 Turbocharger Check the locating bearing 500.06 500.19 -MDG #3 Turbo 7.4.1 Contractor shall facilitate the procurement of any additional part required. Contractor will be compensated via condition report for additional parts. 7.4.2 All parts that are required to be IMO certified for IAPP shall be procured directly from the Authorized Service Provider of the 48/60 Design engine to meet IMO requirements. These parts shall be noted and included in the service report. 7.4.3 Reports: Provide service report in pdf format. One copy of the report shall be turned over to the Chief Engineer. One copy of the report shall be turned over to the Port Engineer. The report shall contain the following as minimum:  Engine operating hours and Serial #.  Photographs of the engine condition at disassembly and any unusual conditions.  Description of any abnormal or usual conditions found during maintenance.  A positive statement indicating that each of the table 1 maintenance items has been completed. (For example, Item 017 oil drainage of piston big-end and main bearings checked on the gear box and found sat.)  Measurements taken and recorded for items in Table 1 above shall be included in the report and compared with specified values listed in reference 2.1 Operating Instructions. Both the specified value and the recorded value shall be listed in the report.  Include comments on any defects found in arrangements for removals and lifting of engine components.  Include a listing of any additional special tools found to be needed for successful maintenance on engine.  Include a listing of all parts used during maintenance. The parts list shall include the Sub-Assembly drawing # and part#, the FME part #.  Include a listing of all parts included in the parts kit or ordered and not used. Items turned over to ship's Force.  Include resilient mount measurements as per applicable work card.  Flexible coupling alignment measurements per the applicable work card and reference 2.4 Appendix C Alignment Log Sheet.  Crankshaft Deflection readings per the applicable work card and reference 2.4 Appendix D Crankshaft Deflection Record Sheet.  Main Bearing axial clearance.  Main bearing lower cap condition on the one bearing per engine removed. Include photos.  Big-End bearing shell condition on the one bearing per engine removed. Include photos  Piston condition on the one piston per engine removed. Include photos. Include axial clearance of the piston rings in the grooves.  Cylinder liner dimensions per the applicable work card. One liner per engine.  Cylinder head condition.  Camshaft gearwheel back lash.  Inlet valve condition including valve rotators, and valve seats. Two inlet valves per engine.  Exhaust valve condition including valve rotators, and valve seats. Two exhaust valves per engine.  Include the electronic speed governor pick-up space.  Include all start air valve tightness check results.  Include injection pump and cam follower condition. One per engine is removed and disassembled. Measure and make note of the radial and axial play of the fuel pump drive cam follower rollers and compare against permitted value.  Fuel injection valve condition. All valves per engine.  Buffer Piston condition prior to and after overhaul. 7.4.4 ABS: Help present findings to ABS. On completion of reassembly demonstrate all engine safeties for ABS with ship's force. 7.5 Preparation of Drawings: None additional. 8.0 GENERAL REQUIREMENTS: None 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, https://www.acquisition.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 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, 52.222-36 Affirmative Action for Workers with Disabilities, 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 52.222-42 Statement of Equivalent Rates for Federal Hires 52.215-5 Facsimile Proposals: (757) 443-5982 52.222-50 Combating Trafficking in Persons 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration. Alternate A; 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 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 252.225-7001 Buy American Act--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 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 25 JULY 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to James.Wood4@navy.mil. 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. MSC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (APR 2012) To implement DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), Military Sealift Command (MSC) utilizes Wide Area WorkFlow (WAWF) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents, if applicable, electronically. The Contractor is required to utilize this system when processing invoices and receiving reports, if applicable, under this contract/order, unless an exception at DFARS 252.232-7003(c) applies. The Contractor shall: (i) ensure an Electronic Business Point of Contact is designated in Central Contractor Registration (CCR) at http://www.ccr.gov. (ii) register to use WAWF at the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https://wawf.eb.mil site. (iii) ensure review of the MSC WAWF Vendor Guide, available at the MSC site http://www.procurement.msc.navy.mil under the references section. In the event you have WAWF questions, contact the MSC WAWF point of contact (POC) at MSCHQ_WAWF@navy.mil. NOTE: The POC identified above is for WAWF issues only. Any other contracting questions/problems should be addressed to the Contracting Officer or other person identified in the contract to who questions are to be addressed. The Contractor is directed to use the Commercial Invoice format when processing invoices and receiving reports, if applicable. 0 This contract/order DOES require submission of Material Inspection and Receiving Reports (MIRR) DFARS Clause 252.246-7000; therefore, the vendor IS required to process receiving reports in WAWF under this contract/order. 1 This contract/order does NOT require submission of Material Inspection and Receiving Reports (MIRR) DFARS Clause 252.246-7000; therefore, the vendor is NOT required to process receiving reports in WAWF under this contract/order. The information contained in the table below is for WAWF purposes only. If any information included in these instructions, e.g., Ship to DoDAAC, contradicts information elsewhere in this contract, those other terms shall take precedence for any matter other than invoicing and receiving reports, if applicable. When entering the invoice into WAWF, the Contractor shall fill in the following DoDAAC fields or DoDAAC extensions exactly as shown in the table below. Fields that should not be filled in when entering the invoice into WAWF will be indicated below with the direction, "Leave Blank." WAWF Routing Table Contract Number To Be Determined Delivery Order To Be Determined Cage Code/Ext To Be Determined Pay DoDAAC N40442 Issue Date To Be Determined Admin By DoDAAC N40442 Issued By DoDAAC N40442 Ship To Code/Ext N62387 Ship From Code/Ext Leave Blank LPO DoDAAC Leave Blank Acceptor Email Address Leave Blank Inspect By DoDAAC/Ext Leave Blank In some situations the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table above. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the acceptor's/receiver's email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. 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. SHIP & BASE ACCESS 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/N322051/N40442-12-T-7557/listing.html)
 
Place of Performance
Address: Sri Racha, Thailand
 
Record
SN02807239-W 20120720/120718235613-758d11040f124dbe647d3baafb9a1f51 (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.