Federal Bid

Last Updated on 04 Jul 2009 at 8 AM
Combined Synopsis/Solicitation
Norfolk Virginia

USNS LARAMIE - SOR FOR RESCUE BOATS

Solicitation ID N40442-09-T-5408
Posted Date 31 May 2009 at 7 PM
Archive Date 04 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-5408, 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 488390 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 Laramie for the following: ITEM NO. 609 1.0 ABSTRACT 1.1 Conduct the re-certification of the rescue boat winches and davits for the ABS. 2.0 REFERENCES/ENCLOSURES 2.1 References: 2.1.1 Allied Systems Company, Rescue Boat Davit Manual, Available on board. 2.1.2 MSCLANT Standard Item No. 10, Latest Revision, entitled "Cleaning And Adjusting Electrical Controls For Lifeboat Winch Motors". 2.1.3 MSCLANT Standard Item No. 3, Latest Revision, entitled “Repairing Lifeboat Fall Blocks and Fairlead Sheaves.” 2.1.4 MSCLANT Standard Item No. 6, Latest Revision, entitled :Lifeboat Suspension Test.” 2.2 Enclosures: None. 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Rescue Boats, 01 Level, Fr. 38 port and 51 stbd. 3.1.2 Quantity: Two (2) Sets of Davits and Winches and controllers. 3.2 Item Description/Manufacturer's Data 3.2.1 STBD Rescue Boat davit/winch/controller Gravity type boat davit with the davit arms mounted in trackways. Davit accommodates one (1) 7 Meter semi-rigid boat using a single drum winch. STBD Davit Mfr: Schat Marine Safety Type: MRD/5850 Working Load (Maximum) Hoisting: 5850 lb Working Load (Maximum) Lowering: 5850 lb Boat Falls: 3/4 inch dia. 6 x 36, galvanized independent wire rope core, preformed RRL wire rope, minimum breaking strength - 45,200 lb. Main falls is 134 ft. long. Winch Mfr: Schat Marine Safety Drums: Single Driver: 20 HP electric motor Rescue Boat Winch Controllers Mfr.: Federal Pacific Type: 4213M D86-02-105-7 Qty: One (1) 3.2.2 PORT Rescue Boat davit/winch/controller Gravity type, single arm slewing davit. Port davit accommodates one (1) 7 Meter semi-rigid boat using a single drum winch. PORT Davit Mfr: Allied Technical Services Type: D-6700FCTS Rated Capacity: 6700 Lbs. Boat Falls: 5/8 inch dia. 7 x 34, EIPS Type 1, Class 3 wire rope, minimum breaking strength - 41,200 lb. Main falls is 134 ft. long. 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES 4.1 Government Furnished Equipment: 4.1.1 Two Rescue Boats 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR’s including but not limited to GTR’s 1 through 7. 5.2 The contractor and all subcontractors regardless of tier are advised to review other work items under this contract to determine their effect on the work required under this work item. Many of the definitions relating to performance of this work item are found in Work Item 001. 6.0 QUALITY ASSURANCE REQUIREMENTS: None Additional 7.0 STATEMENT OF WORK REQUIRED 7.1 The Contractor shall place "out of service" tags on the rescue boat motor controllers and the electrical power supply circuit breakers prior to commencement of work on this item. 7.1.1 Remove the rescue boats from the davits and stow in safe location. Removal and stowage of rescue boats covered under Item 609 of this work package. 7.2 The following work shall be performed on the rescue boat davits and associated equipment identified in paragraph 3.2.1 and 3.2.2: 7.2.1 Thoroughly clean all davit fall blocks, sheaves, bearings, rollers, turnbuckles and fittings removing all accumulated dust, dirt, oil, and grease. 7.2.1.1 Repair rescue boat fall blocks and fairlead sheaves IAW Reference 2.1.3. 7.2.2 Free up and lubricate all davit fall blocks, sheaves bearings, rollers, turnbuckles and fittings using Mobilux EP-2, or equal. Defective or missing grease fittings shall be renewed. 7.2.3 Clean and degrease all sheaves and floating blocks. Pump a grease solvent through the sheaves to clean out old grease. Re-grease all sheaves using Mobilux EP-2. 7.2.4 Flush all rollers on each davit arm free of all grease. Lubricate the rollers with new grease, Mobilux EP-2, and prove that all rollers operate freely. 7.2.5 Clean, inspect, and lubricate the block assemblies for the brake release cable. 7.2.6 Clean, free up, and lubricate the turnbuckle assemblies for the wire rope falls and the gripe assembly. 7.2.7 Clean and degrease the release hooks. Re-grease the release hooks. 7.2.8 Solvent clean the trackways free of all dirt, salt, corrosion products and old grease. Re-grease the trackways. 7.2.9 Lubricate the davit assemblies in accordance with the manufacturer's recommendations. Grease all trackways. 7.2.10 New boat falls shall be slushed with Mobilarma 798, or equal. 7.3 The following work shall be performed on the rescue boat winches identified in paragraph 3.2.1 and 3.2.2: 7.3.1 Thoroughly clean the exterior surfaces of the two (2) winches removing all accumulated dust, dirt, oil, and grease. 7.3.2 Inspect the davit winch on each davit. Check the operation of the manual brake, the centrifugal clutch and the centrifugal brake. 7.3.3 Open the inspection covers and check the thickness of the brake band linings and centrifugal clutch linings. Close up the inspection covers. 7.3.4 Drain the fluid out of the gear box on each davit winch. Replace the gear box fluid with new Mobilgear 629, or equal. Over running clutch on life boat winches shall be filled using Mobil DTE 13M, or equal. 7.3.5 All grease points shall be lubricated with Mobilux EP-2, or equal. Defective or missing grease fittings shall be renewed. 7.3.6 Energize and test all strip heaters in winch motors. Prove operational to the satisfaction of the MSCREP. 7.4 The following work shall be performed on the rescue boat winch controllers identified in paragraph 3.2.1 and 3.2.2: 7.4.1 Thoroughly clean the interior surfaces of the two (2) winch controllers removing all accumulated dust, dirt, oil, and debris. 7.4.2 Free up and lubricate the controller door fastening clips and hardware. 7.4.3 Accomplish the requirements of Reference 2.1.2 for each of the rescue boat winch motor controllers. 7.4.4 Energize and test all strip heaters in winch controllers. Prove operational to the satisfaction of the MSCREP. 7.5 Test all davit limit switches. Provide an as-found condition report to the MSCREP. For estimating purposes, plan on replacing one (1) limit switch. 7.6 Return the rescue boats to the ship and test davits in accordance with the requirements of Enclosure 2.2.3. Restow boats properly in their cradles upon completion of all tests. 7.7 Submit the following reports to the MSCREP: Three copies of a typewritten report listing any discrepancies in the operation of each davit. Include any improperly operating limit switches, the condition of the wire rope and any indication of slipping in the davit winch. 7.7.1 Submit three copies of the rescue boat davit re-certification to the MSCREP. 7.8 Fabricate and install a phenolic plate indicating the name of the contractor, date and place of on each rescue boat winch controller. 7.9 Renew all fasteners and gaskets. 7.9.1 Drill out all broken fasteners and retap all exposed threaded areas. 7.9.2 All fasteners shall be coated with "Anti-Seize" compound prior to installation. 7.10 All dirt and debris shall be removed from the ship on a daily basis and the area left clean and in good order. 7.11 Mechanically clean, prime and paint all new and disturbed areas to match adjacent. 7.12 Manufacturer's Representative: Provide the services of an Allied Field Service Tech to remove davit wire, cut to correct length, install weighted ball on wire, re-install davit wire and weight test davit IAW MFR’s recommendtions. 7.13 Preparation of Drawing: None 8.0 GENERAL REQUIREMENTS: None Additional ITEM NO. 610 1.0 ABSTRACT 1.1 Inspect the vessel's two rescue boats and conduct the annual re-certification tests for the USCG/ABS. 2.0 REFERENCES/ENCLOSURES 2.1 References 2.1.1 Ocean Technical Services Inc, Maintenance manual (available onboard). 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Frame 38 port and frame 51 stbd, 01 level 3.1.2 Quantity: Two (2) Water Jet Propelled Rescue Boats. 3.2 Item Description/Manufacturer's Data 3.2.1 Item Description: Each of the two (2) semi-rigid inflatable rescue boats are 7 Meters long. The rescue boats are made of fiberglass reinforced plastic and has a neoprene inflatable flotation collar. The collar is made in seven independent sections. The two rescue boats are equipped with Steyr Marine Engines and Hamilton Jet Propulsion systems. 3.2.2 Manufacturer's Data: Mfr: Ocean Technical Services Inc. Model: Ocean Sprint Length: 7 Meters Hull: Fiberglass Reinforced Plastic 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None. 5.0 NOTES 5.1 The contractor and all subcontractors, regardless of tier must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the contractor and all subcontractors regardless of tier must comply with the requirements of all applicable GTR’s including but not limited to GTR’s 1 through 7. 5.2 The contractor and all subcontractors regardless of tier are advised to review other work items under this contract to determine their effect on the work required under this work item. Many of the definitions relating to performance of this work item are found in Work Item 001. 5.3 Contractor shall provide all crane service, rigging, transportation and manpower to remove rescue boats from stowed position, transport to and from Contractor’s facility for maintenance and re-stowing in their secured positions upon return. 6.0 NOT USED 7.0 STATEMENT OF WORK REQUIRED 7.1 Remove the boats from stowage aboard ship and transport to an inside work area. Fabricate a temporary cradle capable of blocking up each boats securely at a height to facilitate underwater inspection, repairs, and painting. The keel shall not be less than 16 inches above the ground and shall have blocks arranged under it so that the keel does not support the weight of the entire boats. 7.1.1 Remove all equipment, including life preservers, life rings, and lines, from rescue boats. Lay out all equipment from each rescue boat for inspection by the USCG Inspector, ABS Marine Surveyor and the MSC representative. Submit to the MSC representative: a typewritten report listing all discrepancies found during the inspection of the rescue boats and listing any equipment which the USCG Marine Surveyor has condemned and which is required to be replaced. Reinstall all equipment on the rescue boats upon approval of the USCG Inspector and ABS Marine Surveyor. 7.2 Inspect the hull interior and exterior, machinery, and associated equipment. Spray a fire hose at the bottom of the hull to identify any leaks. Separately inflate each section of the flotation ring to 1-1/2 psig. Check for leaks. Do not exceed 2 psig. 7.2.1 Wash and clean the entire interior and exterior hull surfaces and fittings so they are free of all dirt, salt, and grease. Do not damage fiberglass surfaces. 7.2.3 Wax the entire hull underside surfaces to preserve it. 7.3 Remove and dispose of fuel and bilge water. Drain, clean, and flush the fuel tanks and fuel lines. 7.3.1 Remove all covers to allow a complete inspection of all hull fittings and boats interiors by the USCG Inspector/ABS Marine Surveyor. 7.3.2 Test the fuel tanks to 1 psi air pressure. Repair all minor leaks found. Retest the repaired tanks and prove them tight. 7.3.3 Test the electrical system on the rescue boats. Ensure all lights work and bilge pump. Ensure the engine starts properly. Ensure the alternator is working properly. Ensure the batteries are filled with water to proper levels. 7.4 Perform the following work listed below on the diesel engine in each of the two (2) water jet propelled rescue boats. 7.4.1 Remove the injector nozzles. Perform a compression check on all cylinders of the diesel engine. Report the compression readings to the MSC Representative. Recondition and set each injector to lift at the manufacturer's specified design pressure. Reinstall the injectors. 7.4.2 Drain and flush the engine crankcase and transmission. Remove and dispose of all fluids in accordance with all Federal, state and local environmental regulations. 7.4.3 Blow out and flush all fuel oil lines, fresh and salt water cooling lines and condensers. Provide and install new lube oil and fuel oil filters with new. Provide and install new oil in the crankcase and transmission. Provide and install fresh water and anti-freeze. Provide and install fresh diesel oil in all fuel tanks. Provide and install fungus inhibitor to the fuel. All work shall be in accordance with manufacturer's recommendations. 7.5 Place the boats in the water. Test-run the engine and adjust it for proper operation to the satisfaction of the MSC representative. Test-operate the boat for a period of 2 hours. After completing the test, top off the fuel tanks. 7.5.1 Conduct all tests and inspections to the satisfaction of the USCG Inspector / ABS Marine Surveyor, the MSC representative, and the requirements of reference 2.1.1. 7.6 Reinstall the rescue boats on the ship after conducting the tests. 7.7 Renew all fasteners and gaskets. 7.8 Drill out all broken fasteners and retap all exposed threaded areas. 7.9 All fasteners shall be coated with "Anti-Seize" compound prior to installation. 7.10 All dirt and debris shall be removed from the ship on a daily basis and the area left clean and in good order. 7.11 Mechanically clean, prime, and paint all new and disturbed areas to match adjacent. 7.12 Manufacturer's Representative: None 7.13 Preparation of Drawings: None. 8.0 GENERAL REQUIREMENTS: None Additional. PERIOD OF PERFORMANCE: 3 August 2009 to 30 August 2009 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) 443-5982/5979 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 19 June 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

Similar Past Bids

Norfolk Massachusetts 03 Jun 2009 at 2 PM
San diego California 14 Mar 2006 at 5 AM
Norfolk Virginia 28 Feb 2012 at 3 PM
Norfolk Virginia 11 Mar 2010 at 3 PM
Buzzards bay Massachusetts 30 Aug 2005 at 5 AM

Similar Opportunities

Memphis Tennessee 11 Jul 2025 at 2 PM
Hanscom air force base Massachusetts 11 Jul 2025 at 5 PM
Location Unknown 16 Jul 2025 at 11 PM
Kansas city Missouri 16 Jul 2025 at 11 PM
Ilwaco Washington 15 Jul 2025 at 6 PM