Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2002 FBO #0357
MODIFICATION

J -- Overhaul and test run one diesel engine in a P-15 Fire Truck

Notice Date
11/22/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-PRFRO83522950100
 
Response Due
11/25/2002
 
Archive Date
12/10/2002
 
Point of Contact
Terry Jones, Contract Specialist, Phone (843) 963-5159, Fax (843) 963-5183/2850,
 
E-Mail Address
Terry.Jones@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
***This combined synopsis/solicitation is amended to include FAR Clause 52.222-41 Services Contract Act of 1965 and Wage Determination 94-2473 (Rev.26). If shipping charges are required, please include in total cost of proposal.*** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation reference number is FRO83522950100 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. The resulting award is 100% set-aside for small businesses. The associated NAICS code is 811111 with a 500 employee size standard. Contractors shall submit a lump sum proposal for the overhaul of one diesel engine in a P-15 fire truck and test run, located on Charleston Air Force Base, South Carolina. Contractor shall furnish all plant, labor, material, parts and equipment necessary to tear down and repair the item in accordance with the manufacturers specifications and/or best commercial practice. Repair is expected to start within 5-7 days of award. All defective parts removed as in satisfactory working condition will be returned or left with the repaired item. (see attached statement of work). Offerors shall state an estimated repair time. The following clauses and provisions are incorporated and will remain in full force in any result of award. . The full text of these clauses and provisions may be assessed electronically at this website: http//farsite.hill.af.mil. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items Evaluation . The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Past Performance and (2) Price- The Government will evaluate offers for award purposes for the total price for the requirement. When combined are equally as important. *If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent projects.} Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item FAR 52.212-4 Contract Terms and Condition?Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item; FAR 52.222-3 -Convict Labor; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-3 Convict Labor; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.22-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 -Protest After Award; FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; FAR 52.211-17 -Delivery of Excess Quantities. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://437contracting.charleston.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov. All responsible sources may submit a quotation, which shall be considered by the agency. Statement of Work for 90L 342: 1.0 Scope: Engine Specifications: The engine that needs to be overhauled is a V8 2-cycle Detroit Diesel 8V92 series engine. The engine is out of a 1990 Osh Kosh P-15 crash/rescue fire truck. Specifications are as follows. Unit # 08VF134978; Model # 80877399; Spec # 1640530; Rated Horsepower: 492@2300 RPM; Rated Torque: 1186 ft-lbs, 1400 RPM; Idle Speed 600 RPM Governor Speed 2525 RPM (no load) 2.0 Contractor Responsibilities: Engine Cleaning: Engine will be completely disassembled and thoroughly cleaned by hand or machine. Engine Inspection: Nondestructive Inspection (NDI) will be accomplished in accordance to the manufactures specifications. The special equipment required to conduct the NDI shall be modern commercial equipment similar to liquid magnetic particle (Magnaflux) and penetrant equipment. The magnetizing equipment shall provide for finding both longitudinal and traverse defects. The following inspections are required: Visual inspections shall be accomplished on all components (new and used) during the overhaul process. All of the following critically stressed rotating and reciprocating parts shall receive a special NDI procedure: crankshaft, camshaft, and connecting rods. Engine Overhaul: Engine manufacturer's commercial manuals and service bulletins should be used during the overhaul process. If regrinding of any connecting rod journal is required, all journals shall be reground to the same undersize. The same rule applies to main bearing journals. The following shall be replaced at time of engine reassembly: main and connecting rod bearings, pistons, piston liners, piston rings, piston pins, camshaft bearings, timing gears, thermostats, oil pump and screen, seals, gaskets, and filter elements. All expansion and/or freeze plugs shall be replaced at time of overhaul. The water pump shall be inspected and replaced if worn. The engine blower assembly will be rebuilt including all new bearings and seals. The engine turbo will also be rebuilt using new bearings and seals along with replacing any worn parts. Head Reconditioning: Both cylinder heads will be completely disassembled and cleaned. Heads should be pressure tested for cracks. If cracks are found replace assembly. If no cracks are found the head should be resurfaced as necessary. Inspect valve springs and valves for defects. A complete valve job will be performed. Fuel injectors will be rebuilt or exchanged for reconditioned units. Engine Painting: Engine shall be painted similar to what the current green color is. Accessories may be painted the same green or gloss black. Engine Dynamometer Test: Engine shall be dynamometer tested in accordance with the general provisions of SAE Standard J1349. Diesel engine horsepower under load shall be at least 95% of the corrected rated horsepower. Corrected rated horsepower shall be obtained in accordance with SAE J1349. Detailed break?in instructions in the individual engine manual should be followed. Material Requirements: All parts to be used must be of OEM quality or higher. Warranty: Contractor will provide a warranty period on workmanship and materials used for no less than one year. 3.0 Location: Charleston Air Force Base (CAFB) Fire Truck Maintenance Section, Charleston South Carolina. After award is made, the POC?s for this project will be handled by Jim VanSant. 4.0 Government Responsibilities: The government is responsible for removal and installation of the engine assembly. The 437th Vehicle Maintenance/ Fire truck maintenance section, ph. 963-3907, is the point of contact for any questions/concerns while work is in progress. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 22 November 2002 no later than 4:30 PM Eastern Standard Time. Point of Contact Requests should be marked with solicitation number FRO83522950100 Addressed to Terry Jones Contract Specialist, Phone 843-963-5159, fax 843-963-5183/2850, email address terry.jones@charleston.af.mil or Anna Urrutia, Contracting Officer, Phone 843-963-5157, email address anna.urrutia@charleston.af.mil.
 
Place of Performance
Address: 437MSG/FMA, Charleston Air Force Base, Charleston
Zip Code: 29404
 
Record
SN00209965-W 20021124/021122213353 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.