The proposed contract action, for which the Government intends to solicit and negotiate with only one source under authority of FAR 13.106-1(b)(1)(i) and FAR 13.106-3(b)(3)(i), is for services required to provide High Pressure Air Compressor (HPAC) Groom for the USS Jefferson City.
Contractor shall:
a. Contractor shall provide a groom on equipment.
b. Specifically contractor shall: Provide the services of a qualified on-site representative to inspect, maintain and repair the equipment and in accordance with the requirements of the references of the Original Equipment Manufacturer's (OEM) proprietary drawings and specifications.
c. Remove existing and install new Suction and Discharge Valve Assemblies for the following HPAC Stages; for each HPAC; First Stage (2 each, Suction Valve Assemblies and 2 each, Discharge Valve Assemblies), Second Stage (One each, Suction Valve Assembly and One each, Discharge Valve Assembly), Third Stage (2 each, suction Valve Assemblies and 2 each, Discharge Valve Assemblies) and Fourth Stage (One each, Suction Valve Assembly and One each, Discharge Valve Assembly), in accordance with OEM proprietary drawings. Accomplish tightness verification of HPAC crankshaft coupling nut.
d. Remove existing, overhaul, adjust and install, First, Second, Third, Fourth Stage Air Pressure Relief Valves and (2) Water Pressure Relief Valves, for the equipment in accordance with the requirements of the OEM drawings and specifications.
e. Open, inspect and blow down Separator Drain System piping, for each HPAC, in accordance with the requirements. Ensure piping is free of blockages/foreign materials.
f. Accomplish an operational test of the equipment in accordance with the requirements of the OEM specifications.
g. Allowable Air Leak: none. All air leaks resulting from the requirements, and within scope, shall by corrected by the Contractor.
h. Submit one legible copy in electronic media, of a report detailing the completed results of the requirements to the Ship's Engineer and Ship Superintendent.
This notice of intent is not a request for competitive proposals; however interested parties may identify their interest and capability to respond to the requirement. Respondents must provide level of effort and dollar estimates to acquire a full understanding of the design of the equipment. As part of the written response, a respondent must be able to prove to the Government how field problems can be identified and corrected without the aid of detailed design drawings. Oral communications are not acceptable in response to this notice. A written response must include evidence of the respondents' ability to support the described equipment.
Unit location and period of performance is subject to change. Contractor shall verify with USS JEFFERSON CITY 3MC, SDO, or Ship Superintendent prior to start of work.
Interested parties with the capability of meeting the proposed requirements are requested to provide an E-mail to the MSC Point of Contact: M. Lourdes Leon Guerrero at email: [email protected]) not later than 1400 (2:00 p.m. EST) 25 AUG 2014 expressing interest and outlining their capabilities and qualifications to perform the effort. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.
Contracting Office Address:
Military Sealift Command
Ship Support Unit Guam
PSC 455, Box 198
FPO, AP 96540-2600
Contracting Officer:
M. Lourdes Leon Guerrero at email: [email protected]