Federal Bid

Last Updated on 05 Apr 2012 at 8 AM
Combined Synopsis/Solicitation
Norfolk Virginia

ALCO SSDG

Solicitation ID N40442-12-T-7363
Posted Date 19 Mar 2012 at 2 PM
Archive Date 05 Apr 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
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 N40442-12-T-7363, 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 2005-55, effective January 5, 2012.

NAICS code 333618 applies.

Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price purchase order for USNS Humphreys for the following services:

The requested period of performance for the below service is 12 Aug - 22 Sep 2012 in Dubai UAE.
1.0 ABSTRACT

1.1 This item describes accomplishing the 24,000 hour scheduled maintenance of the No. 3 Ship Service Diesel Generator (SSDG).

2.0 REFERENCES/ENCLOSURES

2.1 References:

Manufacturer's Instruction Manuals T9233-AH-MMC-010
(available onboard)

2.1.2 FM/ALCO Procedure "Engine Final Inspection, Pre-Run and Break-In",
ML-11000F (available onboard)

2.1.3 MSCLANT Standard Item No. 49, Revised 2 April, 1993 "Recondition
Ventilation Fans & Motors, Squirrel Cage (AC) Service"

2.2 Enclosures:

2.2.1 List of Government-Furnished Material

3.0 ITEM DESCRIPTION/QUANTITY/LOCATION

3.1 Description/Quantity: Ship Service Diesel Generator #3
Mfr. - ALCO Power, Inc./Fairbanks Morse Engine
Model - 251F
Type - V-18 Cylinder, 4-cycle
RPM - 900
Qty: one (1) SSDG engine to be dealt with

3.2 Location: Engine Room, 25 ft. flat

4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE

4.1 Material: See enclosure 2.2.1

5.0 NOTES

5.1 This item shall be worked in conjunction with Item No. 516, "No. 3 SSDG Turbocharger Overhaul", found elsewhere in this specification.

5.2 All torque wrenches and critical measuring devices shall be calibrated.

5.3 Ensure that all open ended pipes, tubing and all other openings are covered immediately to protect equipment/systems from contamination.

5.4 Extreme care is to be observed by all workers while working around and on the No. 3 SSDG so as not to damage any gauge lines, relays, sensors, solenoids or other critical engine components.

6.0 QUALITY ASSURANCE REQUIREMENTS

6.1 All work shall be performed to the satisfaction of the attending ABS Surveyor, MSC Port Engineer, Chief Engineer, and the manufacturer's technical field service representative, and shall be in accordance with reference 2.1.1.

7.0 STATEMENT OF WORK REQUIRED

7.1 Ensure that all pertinent systems, valves and circuit breakers are Secured and Tagged IAW MSC Procedures before commencing with this Work Item.

7.2 Remove all interferences to gain access to repairs. Reinstall upon completion.

7.3 The contractor shall be required to take and record all "As Found Clearance" Readings while disassembling No. 3 SSDG Engine. These "As Found Clearance" Readings" shall be typewritten and be submitted to the MSCREP along with all ALCO Engine Manufacturer's recommended clearances submitted as a comparison.

7.4 Measure and Record Crankshaft Deflection Readings and Thrust Readings before and after work is accomplished IAW Sec. 6-6 (Pg. 6-39) of reference 2.1.1.

7.5 Inspect the Vibration Dampers IAW Sec. 6-6 (Pg. 6-39) of reference 2.1.1.

7.5.1 Submit an "As Found" Condition Report to the MSCREP.

7.6 Replace a total of eighteen (18) fuel oil injectors, supplied as GFM, when reassembling the SSDG.

7.6.1 The new GFM fuel injectors shall be Bench Tested IAW Sec. 6-15 of reference 2.1.1 before installing.

7.6.2 Provide to the MSCREP documentation that the facility that will be Bench Testing the fuel oil injectors is an Authorized Repair Facility for this type of injector and can complete the testing IAW Sec. 6-15 of reference 2.1.1.

7.7 Replace a total of eighteen (18) fuel injection pumps and eighteen (18) fuel injection pump supports, supplied as GFM, when reassembling the SSDG.

7.7.1 After installing the eighteen (18) fuel injection pumps, and in the presence of the Manufacturer's Technical Representative, properly "Time" IAW reference 2.1.1.

7.8 Remove, overhaul, using GFM, and reinstall the attached Lube Oil Pump IAW Sec. 6-23 of reference 2.1.1. Inspect pump drive gears and check for proper backlash.

7.8.1 Submit an "As Found" Condition Report to the MSCREP.

7.9 Remove, overhaul, using GFM, and reinstall the attached Jacket Water Pump IAW Sec. 6-31 of reference 2.1.1. Inspect pump drive gears and check for proper backlash.

7.9.1 Submit an "As Found" Condition Report to the MSCREP.

7.10 Remove, overhaul, using GFM, and reinstall the Fuel Booster Pump and Fuel Booster Pump Spider Coupling and Drive IAW Sec, 6-14 of reference 2.1.1.

7.10.1 Submit an "As Found" Condition Report to the MSCREP.

7.11 Measure and record camshaft thrust against allowable limits IAW Sec. 6.4 of ref. 2.1.1.
7.11.1 Using camshaft support saddles, remove the Left Bank camshaft and Right Bank camshaft with Overspeed Trip Assemblies IAW Sec. 6.4 .2 of ref. 2.1.1.

7.11.2 Inspect the Overspeed Trips IAW Sec. 6-11 of ref. 2.1.1.

7.11.3 Examine camshaft's thrust bearings, lobes, bearing journals, bushing and drive gears. Examine all parts for wear and defects. Measure and record all parts for wear.

7.11.4 Submit an "As Found" Condition Report to the MSCREP with camshaft thrust readings, camshaft bearing ID's, bearing running clearances, camshaft gear backlash and Fuel cam lifts.

7.11.5 Prior to reinstalling, all lubricating lines are to be blown out and proven free of all obstructions. Reassemble camshafts and confirm at the proper time, Cylinder's No. 1R Piston TDC, using trammel or a calibrated dial indicator.

7.12 Inspect Governor Drive Gears IAW Sec. 6-21 of ref. 2.1.1.

7.13 Remove, clean and flush the Air Start Motor.

7.13.1 Clean and lubricate the Bendix drive before reassembling.

7.14 Remove the front cover from the intercooler.

7.14.1 Remove the intercooler core to facilitate left bank camshaft removal.

7.14.2 Submit an "As Found" Condition Report to the MSCREP.

7.14.3 Reinstall the intercooler and front cover utilizing GFM.

7.15 Remove all piston rings, clean all piston ring gaps, take and record all measurements and submit an "As Found" Condition Report to the MSCREP. Utilizing GFM reinstall new piston rings.

7.15.1 Take and record all piston, piston pin, pin bushing and cylinder liner measurements.

7.15.2 Submit an "As Found" Condition Report to the MSCREP.

7.16 Remove all cylinder liners IAW ref. 2.1.1. Remove all ‘O' rings. Clean the Jacket Cooling water surfaces and landing areas for the ‘O' rings. In the Engine block clean the Jacket Cooling Water surfaces and the landing areas for the Cylinder Liner ‘O rings.

7.16.1 After inspection by the Manufacturer's Technical Representative and the Chief Engineer take and record all cylinder liner measurements. Submit an "As Found" Condition Report to the MSCREP.

7.16.2 Replace a total of eighteen (18) government-furnished cylinder liner lower sleeves, p/n 2311062-1. Hydro test after installation and prove tight.

7.16.3 Upon direction and in the presence of the Manufacturer's Technical Representative reinstall all SSDG cylinder liners being careful not to crimp or tear the cylinder liner ‘O' rings while installing.

7.16.4 Lap liner to cylinder head seating surfaces.

7.17 Check connecting rods for proper parallelism.

7.17.1 Polish connecting rod journals.

7.17.2 Assemble connecting rods to pistons using GFM piston wrist pins. Install all pistons and connecting rods using new GFM connecting rod bearings. Apply a light coat of engine oil to all bearing surfaces before reassembling.

7.18 Remove main bearing caps and roll out main bearing shells. In the presence of the Manufacturer's Technical Representative inspect the bearing shells and crankshaft journals.

7.18.1 Install new GFM main crankshaft journal bearings.

7.18.2 Inspect crankshaft crankpins and main journal bearings IAW Sec. 6-6 of ref. 2.1.1. Crankpins are to be measured for wear, surface roughness and out of roundness. Wearing surfaces and fillets are to be inspected for fractures with magnaflux.

7.18.3 Submit an "As Found" Condition Report to the MSCREP.

7.19 Accept receipt of eighteen (18) fully dressed cylinder heads. Install utilizing GFM gaskets and seals IAW Sec. 6-8 of ref. 2.1.1.

7.19.1 Disassemble, clean, inspect and take all required measurements of the cylinder head lever mechanisms IAW Sec. 6-30 of ref. 2.1.1.

7.19.2 Lifter assemblies, rocker arms, equalizing yokes, valve springs and levers are to be checked.

7.19.3 Submit an "As Found" Condition Report to the MSCREP.

7.19.4 Prior to reassembling, blow air through all lube oil lines to prove clear of any obstructions.

7.20 Remove the crankcase exhauster as a unit. Disassemble, clean and overhaul the fan and motor IAW ref 2.1.3. Reinstall the Crankcase Exhauster as a unit IAW Sec. 6-5 of ref. 2.1.1.

7.21 Disassemble and clean the Air Filter/Silencer assembly IAW ref. 2.1.1.

7.21.1 Remove the exhaust piping bellows connection to the turbocharger IAW Sec. 6-13 of ref. 2.1.1.

7.21.2 Remove the turbocharger for shop overhaul under Work Item No. 516, found elsewhere in this specification.

7.21.3 Upon completion of shop overhaul, reinstall using new gaskets.

7.21.4 Upon direction of the MSCREP, reassemble Air Filter/Silencer assembly and exhaust bellows using new gaskets.

7.22 Clean and inspect the fuel pump control shaft and crossover linkages IAW Sec.
6-18 of ref. 2.1.1. Check shaft bearings for wear. Check springs for "Snap Back" operation with no lost motion of the releasing lever allowed.

7.22.1 IAW Sec. 6-20 of ref. 2.1.1, disconnect the governor linkages and check for freedom of movement of all racks, linkages and control shafts should be checked for lost motion.
7.22.2 Submit an "As Found" Condition Report to the MSCREP.

7.22.3 Convey the SSDG Governor to an authorized Woodward Governor repair facility. Provide written documentation that the governor repair facility is an authorized Woodward repair facility. Overhaul and bench test the Governor IAW Manufacturer's Specifications. Convey the governor from shop to ship and reinstall.

7.22.4 Upon reassembly of the fuel pump control shaft and governor linkages, make all required adjustments as outlined in Sec. 6-18 of ref. 2.1.1.

7.22.5 Lubricate all pertinent sections of the fuel pump control shaft and the governor linkages prior to engine operation with ship furnished oil.

7.23 Disassemble, clean and layout for inspection the 3" lube oil bypass valve. After inspection by the MSCREP, reassemble utilizing GFM and bench test (20 Psi. Lift Pressure) in the presence of the Chief Engineer. All work shall be accomplished IAW Sec. 6-27 of ref. 2.1.1.

7.24 Disassemble, clean and layout for inspection the 2" lube oil control valve. After inspection by the MSCREP, reassemble utilizing GFM and bench test (130-135 Psi Lift Pressure) in the presence of the Chief Engineer. All work shall be accomplished IAW Ref. 2.1.1.

7.25 Disassemble, clean and layout for inspection the fuel booster pump relief valve. After inspection by the MSCREP, reassemble utilizing GFM and bench test (75 Psi Lift Pressure) in the presence of the Chief Engineer. All work shall be accomplished IAW Ref. 2.1.1.

7.26 Time all fuel pumps and set valve lash. Inspect and adjust the clearance of the magnetic pick-up.

7.27 Perform a visual inspection of all removed/disturbed insulation, insulating pads, and flange shields.

7.27.1 Submit two (2) copies of a written report detailing the results of the inspections along with recommended repairs or replacements to the MSCREP.

7.27.2 The cost of insulation repairs or replacements, if required, will be covered by a change order to this work item.

7.28 Before any testing or running of the SSDG begins, thoroughly clean the engine crankcase and sump with lint-free rags and inspect in the presence of the manufacturer's technical representative and the Chief Engineer. Thoroughly clean and wipe down the engine, foundation, piping, and deck around and underneath the SSDG. Final cleanliness inspection shall be conducted by the MSCREP.

7.29 Upon completion of all work, adjust, "Set" and test all the SSDG's electrical, temperature, pressure and RPM emergency alarms and shutdowns in the presence of the Chief Engineer, MSCREP and ABS Surveyor.

7.30 Conduct an Engine Pre-Run and Break-In IAW reference 2.1.2.

7.30.1 Ship's load will be used (incrementally) to provide a source of kW in order to Load Test the No. 3 SSDG.

7.30.2 No leakage will be allowed on the No. 3 SSDG. No load testing will commence until all leaks have been corrected after the Pre-Run phase of this Work Item to the complete satisfaction of the Chief Engineer and the Manufacturer's Technical Representative.

7.30.3 Take and record all SSDG temperatures, pressures and electrical readings during run-in and break-in operations. Upon completion, provide two (2) copies of readings taken to the MSCREP.

7.31 All dirt, debris and oily rags resulting from this work item shall be removed from the ship daily and all areas left clean and in good order.

7.32 Mechanically clean, prepare, prime and paint all new and disturbed surfaces to match surrounding surfaces.

7.33 Convey the removed Cylinder Heads, Fuel Oil Pump Supports, Fuel Injection Pumps and Fuel Nozzle Injectors and properly stow them in the crates that the GFM was originally received in. Ship (Air/Traceable Means) to: ALCO/Faibanks Morse Engine;12253 FM 529; Houston, Texas 77041 (USA). For Estimating purposes the weight of components to be shipped is approx. 2,800 Kg. Insure components for $75,000.

Qty. P/N Description
18 22200226-1-re Cylinder Heads
18 23202410-1-re Fuel Pump Supports
18 23200131-re Fuel Injection Pumps
18 22300129-re Fuel Nozzle Inj. & Holders

7.34 Preparation of Drawings: None.

7.35 Manufacturer's Representative:

7.35.1 Government will provide the services of an authorized (OEM) ALCO- Technical Field Representative for the entire SSDG overhaul, including dock and sea trials.

7.34.3 Provide the following OEM equipment/Special Tools throughout the performance of this work item:

a. Hydraulic Wrench Pack
b. Camshaft Support Saddles
c. Connecting Rod Parallelism Fixture, P/N 2472682
d. Connecting Rod Mandrel Kit, P/N 2472584

7.35.4 Upon completion of the aforementioned repairs, inspections, and tests, provide to two (2) copies of a typewritten report, prepared by the OEM Technical Field Service Representative, to the MSCREP detailing the results of all visual inspections, clearance readings taken, repairs performed, test results, corrective actions, and any recommendations for future repairs.

8.0 GENERAL REQUIREMENTS


List of Government-Furnished Material

A. Major Components

Item Qty. Part No. Description
1 18 22200226-1-re Cylinder Heads; Complete
2 18 23200131-re Fuel Injection Pumps (18mm); Complete
3 18 22300129-re Fuel Nozzle&Holder;145x.400); Complete
4 18 23202410-1-re Fuel Pump Supports; Complete
5 18 4321022-2 Upper Spring Retainer, Fuel Pump Support
6 18 4321021 Lower Spring Retainer, Fuel Pump Support
7 18 4461013 Inner Spring, Fuel Pump Support
8 18 24610940 Outer Spring, Fuel Pump Support
9 18 21710226 Con/Rod Bearing - Upper
10 18 21710228 Con/Rod Bearing - Lower
11 18 2170017-1 Connecting Rods
12 18 21511034 Dowel, 3/8" x 5/8" (special)
13 18 21511041 Dowel, 3/8" x 7/8" (special)
14 18 2501067-9 Gasket Kits, Power Cyl. Set
17 1 25010630 Gasket Kit, Overhaul, 18-Cyl. Engine Set
18 18 2181196 O-Ring, Gasket
19 18 24200424 Pistons
20 18 2420021-2 Piston Pin (with sleeve)
21 36 2152788-1 Snap ring, Piston Pin
22 18 2171016-1 Bushings, Con/Rod
23 72 2171053 Bolt, Conn/Rod (Special)
24 72 2151022 Nut, Conn/Rod (Special)
25 18 24200517-1 Piston Ring Sets
26 2 21410365-1 Bearings, Main Thrust
27 18 21410166 Bearings, Main
28 18 22110115 Cylinder Liner
29 18 2311062-1 Lower Cylinder Liner Sleeve
30 18 2241322-5 Valve Lever Shaft
31 36 2153638-1 Bushing, Valve Lever


Note: (**) Included in Item 17 - Gasket Kit, 18-Cyl. Engine Set, P/N 25010630

Item 515 - Enclosure 2.2.1

List of Government-Furnished Material

A. Major Components - cont'd

Item Qty. Part No. Description
32 20 2151119 Gaskets, copper
33 2 2281032 Spacer, 1 3/8", exhaust
34 2 2154307 Capscrew, special
35 2 2281033 Spacer, 3/4", exhaust
36 6 21553619 Capscrew, special
37 8 21558210 Nut, lock HT, 1/2-13
38 10 21553816 Washer, special
39 18 2370014 Indicator Cock
40 6 21536522 Gasket, Exhaust Manifold to Turbo


B. Fuel Oil Injector Nozzles/Holder/Tubes

Item Qty. Part No. Description
41 18 2402466-1 Valve, snubber
42 36 2151691-1 Nut, 5/8-11
43 4 2402096 Clamp, elbow
44 4 24017012 Tube, Fuel Injection, shielded


C. Fuel Pump Control Shafts and Levers

Item Qty. Part No. Description
45 6 2152723 Bushing


Note: (**) Included in Item 17 - Gasket Kit, 18-Cyl. Engine Set, P/N 25010630

Item 515 - Enclosure 2.2.1

List of Government-Furnished Material

E. Attached Lube Oil Pump

Item Qty. Part No. Description
47 2 23913130 Bushing
49 5 23913129 Bushing
51 1 23510814 Driven Impeller
52 1 23510825 Drive Impeller
53 1 2391613-1 Key, Drive Impeller to gear
54 1 2491117 Valve seat bushing
55 1 2491147 Spring seat
56 1 2491128 Cup disc
57 1 2461205 Spring
58 1 2491246 Stem, L.O. Reg. Valve
59 1 21547910 Steel ball, 3/8
61 1 2491522 Special stud, pump casing to housing
62 1 23510824 Drive Gear, L.O. Pump
63 1 2151261 Locking nut, gear to drive impeller
65 1 23913665 Gasket
66 16 2153211-1 Lock Nut, 5/8-11
67 4 2151313-1 Lock Washer, 1/2

 

 

 

 

 

Note: (**) Included in Item 17 - Gasket Kit, 18-Cyl. Engine Set, P/N 25010630

Item 515 - Enclosure 2.2.1


List of Government-Furnished Material

F. Attached Jacket Water Pump

Item Qty. Part No. Description
68 1 22511421 Impeller, water pump
69 1 2251284-2 Sleeve, tapered; Shaft to impeller
70 1 22511513 Shaft with wear sleeve
71 1 21512716 Key, Impeller; 3/8 x 3/8 x 1
72 1 2151272 Key, Gear, 1/2 x 1/2 x 2
73 1 2251193 Bearing, Impeller end
74 1 2251201 Bearing, Drive end
75 1 2251216 Oil seal
76 1 2251181-1 Oil slinger
77 1 2251252 Gasket, casing to frame
78 1 2251253-4 Gasket, seal plate to frame
79 1 21558212 Nut, impeller (Special)
80 1 2351156-1 Gear, drive
81 1 2151261 Nut (Special), slotted, gear to pump
82 2 2250034-3 Water pump seal
83 1 21542958 "O" ring
85 1 22512812 Sleeve


G. Fuel Oil Crossover Piping

Item Qty. Part No. Description
86 2 24023635 Elbow, 90 Deg., 7/8-14
87 2 24015918 Spacer
88 2 24030681 Clamp
89 2 24022111 Union, 5/8
90 2 2403386 Tube, 5/8 x .049 x 23
91 2 21555892 Capscrew, 3/8-16 x 2
92 2 2151491-1 Washer, 3/8


Note: (**) Included in Item 17 - Gasket Kit, 18-Cyl. Engine Set, P/N 25010630

Item 515 - Enclosure 2.2.1

List of Government-Furnished Material

H. Fuel Booster Pump & Drive

Item Qty. Part No. Description
93 1 24912916 Coupling
94 1 21526730 Gasket
95 2 2361343-1 Seal, Oil
96 1 21512749 Key, 3/16 x 3/16 x 1 1/2
97 1 21512781 Key, 3/16 x 3/16 x 1 3/4
98 1 21526711-2 Gasket
99 1 23210554 Shaft, Fuel Booster Pump Drive


I. Camshaft, Camshaft Thrust Bearing & Flywheel

Item Qty. Part No. Description
101 1 2161134 Camshaft thrust bearing
102 1 21522653-2 Gasket, cover to bearing housing
103 1 23510116 Camshaft Gear, Right & Left side
104 2 21512779 Special Key, Gear to shaft
105 1 2161441 Thrust plate, bearing to flywheel
106 20 2161332 Camshaft bushings
107 2 2155172 Special Nut, gear to shaft
108 64 2151682 Stud, special, section fastening
109 64 21513730 Lock nut, elastic, 1/2-20
110 8 2151054 Dowel, straight, 1/2 x 1
111 2 16393715 Pipe plug, gear end, 1/2
112 2 21510532 Pin, spiral, 1/4 x 5/8

 


Note: (**) Included in Item 17 - Gasket Kit, 18-Cyl. Engine Set, P/N 25010630

Item 515 - Enclosure 2.2.1

List of Government-Furnished Material

J. Governor Drive

Item Qty. Part No. Description
113 4 2151791 Ball Bearing
114 1 2351034-1 Gear, pinion
115 1 23510617-1 Gear, Governor Drive
116 1 21512771 Key, 3/16 x 3/16 x 7/8
118 2 2151791 Ball bearing
119 1 2351062-1 Gear, shaft bevel
120 1 2155675 Shims, Governor Drive


K. Governor Linkage

Item Qty. Part No. Description
121 1 2152853 Needle Bearing
123 1 2152535-2 Gasket
124 1 24610929 Spring


L. Flexible hoses

Fig. 7-3 Air Manifold Pressure Regulating Valve
Item Qty. Part No. Ref. No. Description
125 1 24026038 2 Hose
126 1 24023064 4 Hose

Fig. 7-37 Piping, Air Barring Motor
Item Qty. Part No. Ref. No. Description
127 2 24031225 5 Hose


Note: (**) Included in Item 17 - Gasket Kit, 18-Cyl. Engine Set, P/N 25010630

Item 515 - Enclosure 2.2.1

L. Flexible hoses - cont'd

Fig. 7-41 Piping, Barring Gear Interlock
Item Qty. Part No. Ref. No. Description
128 2 24031119 8, 24 Hose

Fig. 7-45 Piping, F.O. Return From Header
Item Qty. Part No. Ref. No. Description
129 1 24023067 2 Hose
130 1 24031667 18 Hose

Fig. 7-50 Piping, Free End
Item Qty. Part No. Ref. No. Description
131 1 24031624 23 Hose, lube oil to turbo
132 1 2403166 36 Hose, with fire sleeve, 44 lg.
133 1 24031187 63 Hose, water to gas inlet casing
134 1 24031277 67 Hose
135 1 24031272 87 Hose
136 1 24031291 98 Hose

 

 

 

 

 

 

 

 

Note: (**) Included in Item 17 - Gasket Kit, 18-Cyl. Engine Set, P/N 25010630


Item 515 - Enclosure 2.2.

 

 


DEPARTMENT OF THE NAVY
MILITARY SEALIFT COMMAND, ATLANTIC
ENGINEERING DIRECTORATE
BAYONNE, NEW JERSEY 07002

STANDARD ITEM NO. 49, REVISED 2 APRIL 1993

RECONDITION VENTILATION FANS & MOTORS, SQUIRREL CAGE (AC) SERVICE

The contractor shall comply with all requirements of equipment tag out program as established by COMSCINST 3540.6, as amended, section 15.2.2, Engineering Operations and Maintenance Manual. The Chief Engineer is to administer the program. Prior to the start of work, the contractor shall contact the MSC Port Engineer and/or the Chief Engineer to coordinate the implementation of the Tag Out Program for the entire performance period of this item. The prime contractor shall be responsible for compliance by both prime and subcontractor personnel.

Remove interference items as required and tag showing system, location, name of ship and work item number. Disconnect the motor electrically and mechanically. Remove motor and fan assembly and convey to shop.

Perform the following electrical tests and record results;

A: Voltage Surge Comparison in accordance with the manufacturers instructions for the tester and the following.

Test voltage to be applied shall be 1.4 times voltage computed in the following table.

E = Operating voltage of equipment under test

Armature Circuits Field Circuits
----------------- --------------
Motors rated above 2E + 1000 10E but not
250v than 1500v nor less more than 3500v
Motors rated not more
than 250v or 0.5 hp 900 900
except those listed
below

Bracket fan motors 600

Motors rated not more
than 35v 500 500

 

DEPARTMENT OF THE NAVY
MILITARY SEALIFT COMMAND, ATLANTIC
ENGINEERING DIRECTORATE
BAYONNE, NEW JERSEY 07002

STANDARD ITEM NO. 49, REVISED 2 APRIL 1993

RECONDITION VENTILATION FANS & MOTORS, SQUIRREL CAGE (AC) SERVICE

B: Direct Current Hi-Pot Test

Et = Maximum voltage to be applied
E = Operating voltage of equipment under test

Et = 1.6(2E + 1000)

C: Locked-Rotor Test.

Completely disassemble the motor and fan, thoroughly clean and examine all parts. Protect machined surfaces. Inspect the armature for defective bars.

Inspect and dimensionally measure end bells, frame, shaft, sleeve, bearings, keyways, and running surfaces for wear, eccentricity, and other defects. Record as found readings.

If further repairs are found to be necessary submit condition report and consult with the MSC Port Engineer for instructions before pro-eeding. Additional repairs deemed necessary by the Port Engineer shall be the subject of a change order.

The windings and rotor are to be baked to remove all moisture

The windings shall then be impregnated and with Class F insulating varnish and baked IAW latest IEEE STD 45 regulations.

All surfaces of the fan and fan housing and motor frame exterior shall be grit blasted to bare metal. Apply one (1) coat primer and one (1) finish coat to match surrounding areas for units located within the interior of the ship. Units exposed to weather deck areas shall receive two coats of primer and one finish coat. All coatings shall be MSC approved in accordance with COMSCINST 4750.2, Latest Revision.

Dynamically balance the rotor and the fan as a unit. Final balance weight adjustments shall be made to the fan. The Port Engineer shall witness final balancing. Final unbalance shall not exceed the manufacturer's specifications for a new unit or, in the absence of this, value determined by:
DEPARTMENT OF THE NAVY
MILITARY SEALIFT COMMAND, ATLANTIC
ENGINEERING DIRECTORATE
BAYONNE, NEW JERSEY 07002

STANDARD ITEM NO. 49, REVISED 2 APRIL 1993

RECONDITION VENTILATION FANS & MOTORS, SQUIRREL CAGE (AC) SERVICE

a) For speeds in excess of 1000 RPM;

4 x weight of rotor and fan (lbs.)
Unbalance (oz ins)= Max. operating RPM of unit

b) For speeds between 150 and 1000 RPM:

4000 x weight of rotor and fan (lbs.)
Unbalance (oz ins)= (Max. operating RPM of Unit squared)

c) For speed below 150 RPM:

Unbalance (ounce inches) = 0.177 x wt of rotor & fan (lbs.)

Dress all bearing housings to accept new bearings.

Install new bearings and grease seals as original and lubricate. Renew internal leads and connections as required. Completely reas¬semble the motor. Renew assembly hardware and gaskets on covers, inspection plates, and between the external connection box and frame.

Perform the following shop test and prove all work satisfactory to the Port Engineer:

Perform a 500 volt megger insulation and continuity test on all windings. Record results. Measure and record air gaps. Inspect shaft for freedom of rotation. Turn by hand at least three turns. Measure resistance value of each winding temperature detector using a low voltage ohmmeter. Test equipment at operating speed(s) for aminimum of 15 minutes. Measure and record voltage and current.
Repeat electrical tests A,B, and C above. Record results.

Upon completion of all repairs, inspection and approval by the Port Engineer, return assembly to the ship, reinstall, connect, and align in accordance with equipment instruction manual. Test under actual operating conditions for minimum of one hour after temperatures stabalize. Record current, voltage, speed and frame and bearing temperature rise at 15 minute intervals. Prove all work satisfactory to the Port Engineer.

DEPARTMENT OF THE NAVY
MILITARY SEALIFT COMMAND, ATLANTIC
ENGINEERING DIRECTORATE
BAYONNE, NEW JERSEY 07002

STANDARD ITEM NO. 49, REVISED 2 APRIL 1993

RECONDITION VENTILATION FANS & MOTORS, SQUIRREL CAGE (AC) SERVICE

Submit "as released" report including test results to the Port Engineer.

All interferences shall be reinstalled as original.

Clean, prime and paint all new and disturbed areas to match the surroundings. COMSCINST 4750.2, Latest Revision shall be used for guidance.

Specific motors to be dealt with, equipment instruction manual(s) and drawing(s) shall be as set forth in the basic specification.

The following FAR and DFAR 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 Alt I Offeror Representations and Certifications - Commercial Items
(Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.)
52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (over 25k)
52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (over 30K)
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,
52.222-35 Equal Opportunity for Disabled Veterans (over 100K)
52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K)
52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies)
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration
52.222-41 Service Contract Act
52.222-42 Statement of Equivalent Rates for Federal Hires (only used when 52.222-41 applies)
52.215-5 Facsimile Proposals: (757) 443-5982
52.222-50 Combating Trafficking in Persons

52.232-18 Availability of Funds (only used with an unapproved budget, not standard)
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Required Central Contractor Registration. Alternate A;
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.225-7001 Buy American Act--Balance of Payments Program;
252.232-7003 Electronic Submission of Payment Requests; and
252.247-7023 Transportation of Supplies by Sea Alternate III.
252.225-7000 Buy American Act--Balance of Payments Program Certificate,

52.252-2 Clauses Incorporated by Reference

This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es):

http://www.arnet.gov/far

Responsible sources shall provide the following:

1. Price quote which identifies the requested item(s), unit price, and extended price
2. Total price
3. Prompt Payment Terms
4. Remittance address, Tax Identification Number, DUNS number and Cage Code
5. Responses to this solicitation are due 30 September 2012 at 0800 local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to [email protected] or faxed via 757-443-5982 Attn: Roy Williams. Please reference the solicitation number on your quote.

MSFSC INVOICE INSTRUCTIONS FOR SHIPPING CHARGES
At the time of invoice, a shipping receipt must be provided to substantiate shipping or freight charges greater than $25.00.

BASIS FOR AWARD:
Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.

SHIP & BASE ACCESS
Vendors are responsible for correctly submitting forms/applications. Vendors are encouraged to monitor email using "Request a Read Receipt" function and to confirm receipt of facsimile transmissions.

Due to enhanced security measures, ship and base access is required for pre-award ship visits (e.g. ship-check) and for contract performance. Specifically the following permissions are required:

1. El Paso Intelligence Center (EPIC) personnel screening requirement
2. Base/Repair Facility Access Request
3. Vehicle Access Request
4. Ship Access List (vendor-provided)

All forms are available for download on the MSC contracts webpage at http://www.msc.navy.mil. Click on "Contracts" in the upper right corner. "EPIC template" is under "Reference" subheading. Click on "Online Library of Common Documents" for all other forms.

EPIC: Required for access to MSC vessels. Complete EPIC form strictly adhering to format requirements and forward to (CONUS East Coast repairs) MSFSC(underscore)EPIC(underscore)[email protected] and (CONUS West Coast and HI repairs) [email protected]. EPIC personnel screening requests are desired seven calendar days prior to performance start date. Requests will be managed as expeditiously as circumstances permit. Vendor will be notified by MSFSC of personnel who are denied access to the vessel.

Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. A courtesy copy (CONUS West Coast performance locations only) to Ermanno Magliulo, Engineering Director, at [email protected] will be appreciated.

RAPIDGate® is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico. Vendor is responsible to acquire RAPIDGate® status and destination base individual access badge(s) activation prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at http://www.RAPIDGate.com or tel. 877.727.4342. RAPIDGate® access requires (in succession) (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Vendor is responsible to confirm that each employee held annual RAPIDGate® badge is active for the specific facility and performance period in accordance with RAPIDGate® User Agreement (http://www.RAPIDGate.com).

Additional access permissions may be required such as Navy Base Point Loma "Enclave Access request form".

Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms.

Ship Access List* (Vendor-Provided): On company letterhead attachment via email, the vendor is required to provide the ship master (courtesy copy the Port Engineer) with an accurate, current list of performing personnel prior to being admitted aboard the vessel. Under no circumstances will a hand-delivered list be accepted.

Bid Protests Not Available

Similar Past Bids

Gilbert West virginia 27 Feb 2013 at 2 PM
Norfolk Virginia 07 Feb 2018 at 7 PM
Location Unknown 01 Jul 2005 at 5 AM
Puget sound Washington 03 Nov 2021 at 2 AM

Similar Opportunities

Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)