Federal Bid

Last Updated on 22 Jul 2009 at 8 AM
Combined Synopsis/Solicitation
Norfolk Virginia

USNS GUADALUPE - MAIN ENGINE SOR

Solicitation ID N40442-09-T-5449
Posted Date 02 Jul 2009 at 6 PM
Archive Date 22 Jul 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Norfolk Virginia United states 23511
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-5449, 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), Norfolk, VA intends to award a firm fixed price purchase order for the USNS Guadalupe for the following: 1.0 ABSTRACT 1.1 Provide the services of a qualified diesel repair machine shop to overhaul PC4.2 main engine cylinder heads and liners. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 NAVSEA Tech Man T9233-AF-MMC-010, Colt-Pielstick Main Propulsion Diesel Engine. PC 4-2. 2.2 Enclosures: 2.2.1 None 3.0 ITEM LOCATION/DESCRIPTION 3.1 Engine: Manufacturer: Colt-Pielstick 10-Cylinders Model: PC 4.2V 570 3.2 Cylinder Heads P/N T56915 3.3 Quantity: Six (6) cylinder heads and liners 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES 5.1 All Cylinder and Liners will be deliver to the contractors repair facility 5.2 Approximate weight of each cylinder head is 3,000lbs. 5.3 POC Jason Sulcer (757) 390-1465 6.0 QUALITY ASSURANCE 6.1 Contractor shall provide the services of an ABS (American Bureau of Shipping) Surveyor to attend, witness, inspect and certify repairs in accordance with applicable rules and regulations of the classification society. 6.2 The Contractor shall submit an as found condition report for each head describing the apparent condition of the head as delivered to the shop. The Contractor shall identify each head using existing serial numbers. 7.0 STATEMENT OF WORK 7.1 All work to be accomplished by a Manufacturer (SEMT) Authorized Repairs Facility. Provide all labor, material, special tools and equipment to perform the following requirements. 7.1.1 Contractor to include cost of shipping from repair facility to Bats Warehouse San Diego CA. 7.2 Contractor shall take all necessary precautions to protect mating surfaces and machined threads. Ensure that all openings are clear and clean of dirt and debris. 7.3 Completely disassemble cylinder heads in accordance with ref. 2.1.1 paragraph 6-56.2c. 7.3.1 Exhaust valves, intake valves, air start valves and safety relief valves require removal and overhaul. 7.4 Exhaust Valves: 7.4.1 Completely disassemble the exhaust valve assemblies in accordance with paragraph 6.59.1 and 6.59.2 of reference 2.1.1. 7.4.2 Clean, inspect, recondition and reassemble exhaust valves in accordance with ref 2.1.1, paragraph 6-59.3 using parts specified in paragraph 4.1. 7.4.3 Check flow rate on the exhaust cages in accordance with ref. 2.1.1 paragraph 6.59.4. 7.4.4 Hydro and de-scale exhaust valve cages in accordance with ref. 2.1.1 paragraph 6.59.5. 7.4.5 Recondition exhaust valves in accordance with ref. 2.1.1 paragraph 6.59.6. 7.4.6 Disassemble, clean, inspect and reassemble rotor cap assemblies. 7.4.7 Upon completion of all work submit a report with all test data and measurements from each exhaust valve assembly to the MSCREP. 7.5 Start Air Valves: 7.5.1 The Contractor shall disassemble each Air Start Valve Assembly in accordance with paragraph 6-61.2 of reference 2.1.1. 7.5.2 The Contractor shall clean, inspect, and recondition each Air Start Valve Assembly in accordance with paragraph 6-61.3 of reference 2.1.1. 7.5.3 The Contractor shall immediately notify the MSCREP of abnormal valve wear or defects. 7.5.4 The Contractor shall prepare a written report documenting the following: 7.5.5 Contact area between valve seat and valve face was even and centered on seat following Bluing Procedure. 7.5.6 The Contractor shall reassemble each Air Start Valve Assembly in accordance with paragraph 6-61.4 of reference 2.1.1 using parts specified in paragraph 4.2 7.6 Safety Valve: 7.6.1 The Contractor shall test then disassemble each Safety Valve Assembly in accordance with paragraph 6-62.2 of reference 2.1.1. 7.6.2 The Contractor shall record the pressures at which each Safety Valve opens and closes when tested in accordance with paragraph 6-62.2.b.(4) of reference 2.1.1. 7.6.3 The Contractor shall clean, inspect, and recondition each Safety Valve Assembly in accordance with paragraph 6-62.3 of reference 2.1.1. 7.6.4 The Contractor shall immediately notify the MSCREP of abnormal valve wear or defects. 7.6.5 The Contractor shall reassemble and test each Safety Valve Assembly in accordance with paragraph 6-62.4 of reference 2.1.1 using parts specified in paragraph 4.3. 7.6.6 The Contractor shall record the pressures at which each Safety Valve opens and closes when tested in accordance with paragraph 6-62.4.h. (4) of reference 2.1.1. 7.6.7 The Contractor shall adjust the valve opening pressure as required to meet the requirements of paragraph 6-62.4.h.(4) of reference 2.1.1 by changing the thickness of the shim. Following adjustment, the valve shall be retested and the test pressures recorded. If the opening pressure cannot be properly adjusted, the MSCREP shall be notified. 7.6.8 The Contractor shall prepare a written report documenting the following: 7.6.9 The valve slides smoothly in valve body following cleaning. 7.6.10 The test pressures recorded as required by paragraphs 7.2.1 and 7.4.1 of this specification. 7.6.11 Clean the cylinder heads and all disassembled parts of all grease, dirt and oil. Ensure all parts are clean and ready for detailed inspection. 7.7 Intake Valves: 7.7.1 Remove and disassemble intake valves in accordance with ref 2.1.1 paragraphs 6-60.1 and 6-60.2. 7.7.2 Clean and inspect the intake valves springs and guide bushings and record dimensions in accordance with ref 2.1.1 paragraph 6-60.3. Notify the MSCREP if any parts are found outside of limits and will require replacement. 7.8 Refurbish qty 6 cylinder liners. Re-use crates. 7.9 Conduct a thorough inspection of the cylinder heads in accordance with paragraph 6-56.3 and accomplish de-scaling in accordance with ref 2.1.1 paragraph 6-56.3 a through h. 7.9.1 Repeat the de-scaling process a maximum of two (2) times. If additional de-scaling is required submit a report to the MSCREP. 7.10 Inspect and repair the gasket seating surfaces of the cylinder head in accordance with ref 2.1.1 paragraph 6-56.3i and 6-56.5. 7.11 Conduct hydrostatic test of cylinder head in accordance with ref 2.1.1 paragraph 6-56.4a through f. 7.11.1 Submit a report of the hydrostatic test results to the MSCREP. 7.12 Conduct dye penetrate test of the cylinder heads in way of the exhaust valves, intake valves and fuel injector landing areas. 7.13 Recondition the intake valves in accordance with ref 2.1.1 paragraph 6-60.4a through f. 7.13.1 Take and record all measurements as required. 7.13.1.1 Submit a report to the MSCREP. 7.14 Reassemble the intake valve assemblies in accordance with ref 2.1.1 paragraph 6-60.6. 7.15 Reassemble the cylinder head installing all covers and plugs utilizing new gaskets and "O" rings. Below listed parts are for each head assembly: Contractor Furnished parts Part Number Description Quantity / Total T400149 Gasket Five (5) / 50 P400153N Gasket Four (4) / 40 T425652 Gasket Five (5) / 50 T433291 Gasket One (1) / 10 ON06018.10.05 Plug One (1) / 10 ON65118.24.40 Gasket round One (1) /10 ON65145.55.40 Gasket Eight (8) / 80 OT65109.14.40 Gasket Round 9x1 Seven (7) / 70 7.16 Reassemble overhauled exhaust, safety and air-start valves on cylinder heads. Ready to install cylinder heads. 7.17 Prep and paint the exterior of the cylinder head and preserve all exposed metal parts the cylinder head and associated components. Provide two (2) copies of all documentation including ABS inspection report and quality assurance documentation. One copy shall be placed in a resealable waterproof bag and wired to the cylinder head inside the crate and a second copy placed in a resealable waterproof bag outside the crate. 7.17.1 Provide the originals of all above documentation to the MSCREP. 7.18 Crate each cylinder head assembly and liner to ensure no damage during shipping and handling. 7.18.1 Crate shall be capable of being lifted by a pallet jack. 7.18.2 The outside of the crate shall be stenciled with the following information: 7.19 Each cylinder head shall be insured for replacement value of $60,000.00 U.S. currency. 7.19.1 Ship the cylinder head assembly and liners to the below listed address by traceable means. Cost of shipping to: BATS Warehouse 9284 Balboa Ave. San Diego, Ca 92123 7.20 Preparation of Drawings. None. 7.21 Manufacturer's Rep: None 8.0 GENERAL REQUIREMENTS: 8.1 None additional. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 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 certifications—Commercial 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) 443-5979. The following numbered notes apply to this requirement: None. 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 7 July 2009 @ 4:00 P.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

Similar Past Bids

Norfolk Virginia 02 Aug 2011 at 7 PM
Norfolk Massachusetts 21 Jul 2009 at 9 PM
Norfolk Virginia 13 Oct 2009 at 1 PM
Location Unknown 20 Jan 2010 at 6 PM
Norfolk Virginia 22 Feb 2011 at 6 PM

Similar Opportunities

Colts neck New jersey 14 Jul 2025 at 8 PM