COPPER BEARINGS - RENEWAL PORT&STARBOARD
The USCG Surface Forces Logistics Center, has a requirement to Open, Inspect, Report, and Install the following IAW the attached Scope of Work: Renew both Port and Starboard Cooper Bearings IAW attach... The USCG Surface Forces Logistics Center, has a requirement to Open, Inspect, Report, and Install the following IAW the attached Scope of Work: Renew both Port and Starboard Cooper Bearings IAW attached work specification. Please see attached specifications to ensure proper inspect, report, and install of government furnished equipment. Period of Performance: July 22, 2019 - August 5, 2019. Place of Performance: CGC Mohawk, Miami, FL 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. The Contractor shall submit a CIR for the inspections listed in the following paragraph(s): • 3.2.2 (Inspections). 3.1.2 Tech Rep. Not applicable. 3.1.3 Protective measures - general. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces in the vicinity of 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 handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the below-listed: • Dry store cages. • Deck plates. 3.1.5 Shaft support measures. The Contractor shall provide adequate temporary supports to the intermediate and propeller tail shafts located at forward and aft of the pedestal bearing. 3.2 Pedestal bearing renewals particulars. The Contractor shall accomplish the following using Coast Guard Drawings 905 WMEC 243-001 and 244-001, and TP 2816 as guidance: 3.2.1 Pedestal bearing disassembly. Disassemble the pedestal bearing and remove the upper and lower half inner races, two half clamping rings, cage joint "U" clips, half cage with rollers, half outer races, half seals, top and bottom half cartridges. 3.2.2 Inspection. Visually inspect the thrust shaft journal surface and all bearing components for signs of misalignment, wear, damage or deterioration. Submit a CIR. 3.2.3 Re-assembly and reinstallation. 3.2.3.1 Reassemble the pedestal bearing with the provided Government-furnished components. 3.2.3.2 Furnish and renew all seals, O-rings and gaskets. 3.2.3.3 Reinstall and lubricate the roller bearing as specified in TP-2816, Section 244, Bearing Lubrication. 3.2.4 Alignment check. Check the bearing reactions and properly align the intermediate shaft during bearing reinstallation using Coast Guard Drawing 905 WMEC 243-005 as guidance. 3.3 Government's right for changing out additional components. The Contractor shall be aware that the Government reserves the right to furnish new additional bearing components such as cartridges for installation in place of the existing one. If the Government exercises this right, the Contractor shall turn over the removed components to the Coast Guard PA as an MTI item. 3.4 Operational test - post repairs. After completion of work, the Contractor shall thoroughly test, in the presence of the Coast Guard Inspector and demonstrate all items or shipboard devices that have been disturbed, used, repaired, altered, or installed to be in satisfactory operating condition. Submit a CFR. Submit quotes to Jesus.C.Yutig@uscg.mil and include the following information: I. PRICING: (1) Labor Rate Company will Charge U.S. Government to Repair Items: $ _________ (This rate shall include direct and indirect labor costs associated with the labor rate, overhead, and profit). (2) Inspection Charge per Item: $ __________ (This price shall also be the price the Government will be obligated to pay if any Antenna and Processor/Receiver is determined to be beyond economical repair). (3) Estimated Labor Charge to Repair Each Item: ____ HRS x $ ________ (Labor Rate) = $ ______ (This cost shall only be used by the U.S. Government to estimate final repair costs. The actual charge will be negotiated based on the inspection report.) (4) Preservation, packaging, and marking: $ ___________ (This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Statement of Work / Repair Description.) (5) Mandatory Replacement Parts: (Company shall price all mandatory replacement parts required for the standard overhaul as listed in attached Statement or Work / Repair Description.) (6) Contingency Replacement Parts: (Company shall price all contingency replacement parts that may be required outside of the standard as for each unit as listed in the attached Statement of Work / Repair Description.) (7) Replacement cost for new Item (if available): $ ___________ (This price will be used by the government to determine if the unit is beyond economical repair) (8) FOB Origin or FOB Destination: $ ___________ (Company shall indicate shipping terms should a Purchase Order result from the quote.) (9) Place of Performance is: CGC MOHAWK 100 Trumbo Point Rd. Key West, FL 33040-0005 US C/O USCG Sector Key West, FL *NOTE: A Department of Labor Wage Rate Determination shall be incorporated in the resultant Purchase Order. II. DELIVERY SCHEDULE Our requested delivery schedule is as follows: Initial Receiving Report noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard: __05__ calendar days from receipt of items by the company Inspection Report - _30_ calendar days from the date, Government-Furnished Material is received at the Contractor's facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports Repair (when authorized) - __45___ calendar days after receipt of Contracting Officer's authorization to proceed If the required delivery schedule cannot be met, please indicate a proposed schedule below: Initial Receiving Report noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard: _____ calendar days from receipt of items by the company Inspection Report - ____calendar days from the date, Government-Furnished Material is received at the Contractor's facility. Coast Guard Review - 14 calendar days after receipt of Inspection Reports Repair (when authorized) - _____ calendar days after receipt of Contracting Officer's authorization to proceed III. TEST AND INSPECTION REPORTS shall be submitted IAW attached Scope of Work / Repair Description and include your price to repair each item. IV. EVALUATION Award shall be made without discussion unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: 1. Technical Capability. Technical capability shall be evaluated on the company's ability to meet all requirements of this solicitation, based upon attached Scope of Work and access to required drawings and specifications needed to repair the items. 2. Past Performance. Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement. Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. The Company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. The Company shall supply at least three (3) contracts completed during the past three years or currently in process for the same services that are being solicited under this solicitation. References other than those provided by the Company may be contacted by the Government to obtain additional information that shall be used in the evaluation of the company's past performance. The Government may waive the submission of past performance information by the company if adequate data already exists on file with this office. 3. Delivery Schedule. [Any other factors that may be important to the Government for this solicitation may also be included in this section - i.e. warranty, etc] 4. Price V. CLAUSES AND PROVISIONS The following FAR clauses and provisions apply to this solicitation and are incorporated by reference. FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) with Alternate I. Offerors must include a completed copy of FAR 52.212-3 with their quote, or, if an offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, only paragraph (b) of this provision must be completed. The following FAR Clauses apply to this solicitation. Interested companies may obtain full text versions of these clauses electronically at www.arnet.gov: FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Nov 2017); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017). FAR 52.212-5 is attached All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Systems for Award Management (SAM) www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »