Federal Bid

Last Updated on 11 Feb 2010 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

USNS Patuxent cylinder liners service

Solicitation ID N40442-10-T-7099
Posted Date 20 Jan 2010 at 6 PM
Archive Date 11 Feb 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Belgium
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 N40442-10-T-7099, 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 Sole Source firm fixed price purchase order to Motor Services Hugo Stamp or Fairbanks Morse Engine for the following services: The requested period of performance for the above service is 11 August to 13 September, 2010 1.0 ABSTRACT 1.1 Provide the services of an Original Equipment Manufacturer (OEM) PC4.2 diesel repair shop facility to perform overhaul PC4.2 main engine cylinder 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. 2.1.2 S.E.M.T. PIELSTICK Service Bulletin No. 480927, Revision 08; Honing Engine Liners. 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 Liners P/N T014057 3.2.1 Quantity: Four (4) Cylinder Liners 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: None 5.0 NOTES 5.1 The Government will arrange for the delivery and pick up of the cylinder liners listed in paragraph. 3.0 to the contractors repair facility. 5.2 Approximate weight of each cylinder Liner is 3,000lbs. 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 Liner describing the apparent condition of the Liner as delivered to the shop. The Contractor shall identify each Liner using existing serial numbers. 7.0 STATEMENT OF WORK 7.1 Provide the services of an OEM authorized PC4.2 repair shop facility to overhaul four (4) main engine cylinder liners as described below in accordance with references 2.1.1 and 2.1.2. 7.1.1 Provide all labor, material, special tools and equipment to perform the requirements of this specification. 7.2 Contractor shall take all necessary precautions to protect mating and sealing surfaces. Ensure that all openings are clear and clean of dirt and debris. 7.3 Contractor is to Refurbish (i.e chemically clean/de-scale, hone and repair O-ring grove as necessary) the cylinder liners listed in paragraph 3.0. 7.3.1 Honing of the cylinders is to be accomplished in accordance with reference 2.1.2. 7.3.2 Particular attention should be paid to the area of the liner in way of the cooling ports during inspection of the liners. 7.4 Preserve the cylinder liners. 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 liner inside the crate and a second copy placed in a resealable waterproof bag outside the crate. 7.4.1 Provide the originals of all above documentation to the MSCREP. 7.5 Re-crate each cylinder liner assembly to ensure no damage during shipping and handling. 7.5.1 Crate shall be capable of being lifted by a pallet jack. 7.5.2 The outside of the crate shall be stenciled with the following information: 7.5.2.1 USNS PATUXENT 7.5.2.2 PC4.2 Cylinder Liner 7.5.2.3 Contract Number 40442-10-C-XXXX 7.5.2.4 Date of Overhaul XX/XX/09 7.6 Preparation of Drawings. None. 7.7 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; 52.212-1 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 Rerepresentation, 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: 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 27 January, 2010 @ 0900 A.M. Est.. Offers can be emailed to [email protected] or faxed to 757-443-5979 Attn: Jessie Garcia. Reference the solicitation number on your quote.
Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Jan 2010 at 6 PM
Norfolk Massachusetts 29 Sep 2009 at 10 AM
Norfolk Virginia 11 Jan 2016 at 8 PM
Norfolk Virginia 26 Aug 2017 at 1 PM
Maryland Not Specified