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 N40442-09-T-5582, 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 2005-29. NAICS 333618 applies. The Small Business Competitiveness Demonstration Program is not applicable.
Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a sole source firm fixed price purchase order to Fairbanks Morse Engineering of 701 White Avenue, Beloit, WI 53511-5447. For Service by Fairbanks Morse Engineering for 6000 HR Scheduled maintenance for USNS RICHARD E. BYRD Main Engines:
1.0 ABSTRACT
This item describes technical services for the Main Diesel Engine 6000 hr scheduled maintenance.
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: 1 each MDGs
3.2 Item Description/Manufacturer's Data:
-FME/MAN B&W 8L & 9L 48/60 Diesel Engines
-MDG #2
3.3 FME Supplied Material:
3.3.1 FME is to review this statement of work and verify parts necessary to complete tasking per this service order have been ordered and are on hand. This shall include all gaskets and renewable parts. Any additional items found to be required shall be submitted to the port engineer for amendment to the parts kit PO. Any additional parts shall be identified by:
-Nomenclature
-Applicable Work Card #
-FME Part number
-Sub assembly number
-Sub assembly part number
-Unit price
4.0 GOVERNMENT FURNISHED EQUIPMENT/ MATERIALS/ SERVICES:
4.1 A separate parts order has been submitted to FME for this work effort. The parts order consists of parts to cover maintenance for 1 engine. FME will have the parts available with the service technician when arriving to perform work of this service order.
-The parts order is: Req # N2319491944459
4.1.1 The parts ordered will be sent to the FME San Diego Facility to verify parts by the performing tech rep.
4.1.2 Once verified, parts shall be shipped to BATS Warehouse where, they (MSFSC) will send the parts to Shipâs location.
5.0 NOTES
5.1 Performance period: Work shall be from 19 October to 1 November 09.
5.2 Performance Location: USNS RICHARD BYRD,T-AKE 4
Subic Bay, Philippines
5.3 Provide an access list of all personnel boarding the ship. The Access list shall be faxed to Brenda Westerhaus at 757-443-5810. Office# 757-443-5974 or sent via e-mail to the Port Engineer. The list shall include the following:
5.3.1 Persons full Name
5.3.2 Social Security Number, or passport#, or naturalization number.
5.3.3 Place of birth
5.3.4 Date of Birth
5.4 Port Engineer Contact is Willie Lombos, Cell Phone: 757-943-7949, E-Mail:
[email protected]
6.0 QUALITY ASSURANCE REQUIREMENTS: None
7.0 STATEMENT OF WORK:
7.1 Provide the service of at least two (2) Authorized Fairbanks Morse Engine (FME) OEM reps. Both OEM Reps shall be a Sr. Service Tech Rep Experience with MAN B&W 48/68 engines and the T-AKE Class. All work shall be performed by an authorized Fairbanks Morse Engine Service Representative.
Point of Contact For OEM Services:
Fairbanks Morse Engine (FME)
630 Tidewater Drive
Norfolk, VA 23504
757-623-2711
800-322-7241
FAX 757-627-4570
7.2 Shipâs force and/or Shipyard personnel will assist (FME) OEM Rep.
7.3 OEM Reps to travel to the ship is located.
7.4 All maintenance shall be performed in accordance with OEM recommended practices and procedures.
OEM will provide support to perform the following maintenance items taken from reference 2.1 Chapter 4.7 maintenance schedule (6000hrs): See Attached Table #1
7.4.1 Work will be on the # 2, MDG.
7.4.2 FME to ship parts kit to perform work listed in Table 1 above. FME shall facilitate the procurement of any additional part required.
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 shipâs 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.
7.4.4 ABS: Help present findings to ABS. On completion of reassembly demonstrate all engine safeties for ABS with shipâs force.
7.5 ABS Support: FME is to bring any necessary equipment (i.e. Laptop for COI testing) to support ABS with their Automation Survey, if ABS request on site.
7.6 Along with inspection the #2 MDE Main Bearing, inspect Main Bearing on the #3 MDE.
7.7.1 Any parts and/tools shall be identified prior to Period of Performance (POP) in order to accomplish the work.
7.7 Preparation of Drawings: None additional.
8.0 GENERAL REQUIREMENTS: None
The following FAR 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 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certificationsâCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference);
52.212-4 Contract Terms and Conditions-Commercial Items;
Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer.
Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference:
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,
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and
The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:
252.204-7004 Required Central Contractor Registration. Alternate A;
252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation;
Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference:
252.225-7001 Buy American Act and Balance of Payment Program,
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.
The following additional clauses apply:
52.215-5 Facsimile Proposals: (757) 443-5982.
The following numbered notes apply to this requirement: 22
At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 25 September, 2009 @0900 A.M. Offers can be emailed to
[email protected] or faxed to the above number. Reference the solicitation number with your quote.
Bid Protests Not Available