Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SPECIAL NOTICE

99 -- CGC KIMBALL MTU CRANKSHAFT REPAIR

Notice Date
4/1/2020 11:44:52 AM
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08520QP45A82
 
Response Due
4/6/2020 8:00:00 AM
 
Archive Date
04/21/2020
 
Point of Contact
Anthony J. Andaluz, Phone: 5106375980, BARBARA FALERO, Phone: 5106375973
 
E-Mail Address
anthony.j.andaluz@uscg.mil, BARBARA.FALERO@USCG.MIL
(anthony.j.andaluz@uscg.mil, BARBARA.FALERO@USCG.MIL)
 
Description
The United States Coast Guard, Surface Forces Logistics Centers, Long Range Enforcer - Contracts & Procurement Branch 2, Oakland, CA anticipates awarding SOLE SOURCE procurement to �MTU America Main Propulsion Diesel Engine Number 1 (MPDE #1) Front Main Seal , Renew 1.� SCOPE 1.1� Intent.� This work item describes the requirements for the Contractor to renew Both MPDE front main seal. �Location of work is in the Aft Main Machinery Room (4-52-0-E). ��������������� Period of Performance: 13APR20-24APR20 1.2� Contractor-furnished parts. MTI ITEM DESCRIPTION NSN/PN QTY N SEAL, RADIAL X51499100079 �2 EA RING, SEAL 007603052101 2�EA O-RING 700429028001 6�EA O-RING 700429170001 4EA GREASE X00067259 2�EA MOLYKOTE 40041 2�EA O-RING 7000429170001 4�EA 2.� REFERENCES Coast Guard Drawings Coast Guard Drawing 750-WMSL 100-83, Rev -, General Arrangements NSC 5 and Follow (ASC500001) Coast Guard Drawing 750-WMSL 501-2, Rev E, Machinery Arrangements (ASC501001) Coast Guard Publications Coast Guard Technical Publication 7031, 09-MAY-18, Main Diesel Engine - Parts Catalog (M034562/01DE) Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2018, General Requirements Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2018, Welding and Allied Processes Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2018, Requirements for Preservation of Ship Structures Other References Code of Federal Regulations (CFR) Title 29, Part 1915, Subpart E, Sep 2015, Scaffolds, Ladders and Other Working Surfaces 3.� REQUIREMENTS 3.1� General. 3.1.1� CIR. None. 3.1.2� Tech Rep.� The Contractor shall provide the services of an OEM authorized/ licensed Tech Rep for MTU America Inc., specifically the MTU 20V1163TB93 Diesel Engine, to accomplish the following tasks � on site: Provide manufacturer's proprietary information, software, and tools pertinent to the equipment/system. Be present and assist with proper repair methods, and ensure compliance with manufacturer's procedures and standards during disassembly, inspection, repair, modification, calibration, and reassembly of the equipment/system. 3.1.2.1� Ensure the Tech Rep is an OEM Certified Representative for the system/equipment stated above and demonstrated on their r�sum�. 3.1.2.2� Submit the name of the Tech Rep to the COR at the Arrival Conference. NOTE The MTU America Inc. Technical Representative may be present at other times in addition to the mandatory times listed above. The above represents the minimum required Technical Representative usage. 3.1.3� Protective measures. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness. 3.1.4� Interferences.� The Contractor shall be aware that interferences in way of work include, but are not limited to the below-listed. �Handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences): Piping systems Intake trunk Carbon shaft Spring Pack Electrical cables Catwalks PTO flange 3.1.5� Receipt of GFP.� The contractor will receive the GFP listed above.� After receipt of the GFP, the contractor shall inventory and inspect the condition of the GFP upon receipt and provide a CFR documenting all GFP received and condition. 3.1.6� Scaffolding.� The Contractor shall, in accordance with CFR Title 29, Part 1915, Subpart E, erect suitable staging or scaffolding, as required, to facilitate work. 3.1.7� Safety precaution.� The Contractor shall rig suitable safety netting, to protect workers during possible falls, and to protect the Engine Room and machinery from falling tools. 3.1.8� The contractor shall dispose all fluids in accordance with all applicable Federal, state, and local regulations and SFLC STD SPEC 0000. 3.1.9� Rigging.� The Contractor is responsible for rigging of all and necessary tools, materials, including GFP form and to the pier as well as from and to the engine room.� When necessary, the Contractor shall provide crane service to move materials, tools and GFP to and from pier, deck and engine room. 3.2� Interference removal and equipment restoration.� The Contractor shall remove/disassemble interferences as needed to perform the renewal of the front main seal on Both MPDEs.� 3.3� MPDE #1 front main seal renewal.� The Contractor shall renew the front main seal on Both MPDEs. �Follow instructions from technical representative. � 3.4 �Operational test � post repairs. �After completion of all authorized work, the Contractor and CG Inspector shall witness an operational test (by Coast Guard personnel) of both MPDEs to prove satisfactory operating condition. Submit a CFR. 3.5� Touch-up preservation.� The Contractor shall prepare and touch-up coat all disturbed surfaces to match existing adjacent surfaces in accordance with SFLC S td Spec 6310, Appendix B (Cutter and Boat Interior Painting Systems).� Abide by all touch-up requirements outlined in SFLC Std Spec 0000, Appendix A (Requirements for Preservation of Ship Structures). 4.� NOTES� This section is not applicable to this work item. Base Access Requirements: Access to the Federal Law Enforcement Training Center (FLETC) requires submittal of access forms. The FTC-OSPR-17 and OF306 forms are required for all U.S. citizens. The 17A form is an additional form that is required for all foreign nationals (including naturalized citizens). FLETC requires 10-14 days for processing of applications for U.S. Citizens and up to 30 days for foreign nationals. In general, new contractors are provided with an initial 30-day badge. These 30 days are intended to provide time for the contractor to get fingerprinted and allows the CG time to process fingerprints (which typically takes 2 weeks). It is only after FLETC receives positive fingerprint results that they will provide a ""full-badge"" (which should last the duration of the contract). If and only if, the contract will last 5 days or less, only a FTC-OSPR-17Z needs to be submitted for each contractor that will need access to the facility. Contractors that will be onsite for longer than 5 days will need to follow the process outlined above. �Vendor will provide all labor and parts listed in the Schedule. NAICS Code #336611 applies to this procurement. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. No solicitation will be issued, however all responses received on/before 0700 AM PST for 70Z08520NP45A8200 �will be reviewed by the Government. A determination not to compete this proposed contract based on the responses to this notice is solely within the discretion of the Government. This notice of intent is NOT a request for competitive proposals. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. All questions concerning this notice must be submitted in writing the Purchasing Agent via email address is: ANTHONY.J.ANDALUZ@uscg.mil�������������� Primary Point of Contact.: SK3 ANTHONY ANDALUZ � Contracting Office Address: 1301 Clay St., Suite 800N Oakland, California 94612-5249 United States �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5f526827aff240ada659c4cddc467795/view)
 
Place of Performance
Address: Honolulu, HI 96819, USA
Zip Code: 96819
Country: USA
 
Record
SN05606903-F 20200403/200401230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.