Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
SOLICITATION NOTICE

J -- Refurbishment of Crane Engines for the Marine Corps Logistics Command Maintenance Center

Notice Date
7/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Department (Code 891-2) PO Drawer 43019, MCLC Albany GA 31704-3019
 
ZIP Code
31704-3019
 
Solicitation Number
M6700403Q0054
 
Response Due
8/13/2003
 
Archive Date
9/12/2003
 
Point of Contact
SSgt Jones, DJ (229) 639-6787 SSgt DJ Jones, Contract Specialist, or GySgt KM Mohead, Contracting Officer at (229) 639-6787/6734 respectively.
 
Description
GySgt KM Mohead, Contracting Officer. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 and Defense Acquisition Circular 91-13. This action is unrestricted as to business size and has a NAICS code of 333923 with a size standard of 500 employees. This solicitation contains (2) CLINs with the purpose of issuing a firm fixed-price one-year Requirements contract with four (4), one-year option periods. This acquisition may be split if it is in the best interest of the Government or if no one contractor can provide all of the listed line items. THE QUANTITIES STATED IN THE BELOW CLINS REPRESENT A TOTAL ESTIMATED QUANTITY ONLY. This estimate is not a representation of the quantity that will be required or ordered or a guarantee that the conditions affecting this requirement will be stable or normal. The Marine Corps Logistics Command, Albany, Georgia, has a requirement for the following item: CLIN 0001: Contractor shall rebuild Caterpillar Engine 3208 5R8437, 25 ton crane engine in accordance with the following: 1. The requirement is to rebuild the 3208 5R8437 Caterpillar engine and provide a 12-month warranty for workmanship and material. The service provider must completely disassemble, clean, and reassemble the engine. The following are 100% mandatory replacement with new Original Equipment Manufacture?s Parts: Pistons, Rings, Rods, Rod bearings, Main bearings, Cam bearings, Valves, Valve guides, Oil pump, Water pump, Thermostat, Gaskets, and Seals. 2. The following major components will be rebuilt 100%: Injectors, Fuel injection pump, Governor, Turbocharger, Air-Compressor, Oil cooler, 12 volt starter, and Alternator. 3. The following ancillary components are 100% mandatory replacement with new Original Equipment Manufacture?s Parts: Oil filter, part #9N6007; Fuel filter, part #1R0711; Switch, thermostatic, part #QS1190 2; Switch, pressure gage, part #309 10; Transmitter, pressure, part #89Z853D1; Element, heater assembly, part #90616204; Thermostat control, part #905029; Switch, pressure rect. conn. plug, part #12258938; Sender, water temperature, part # 02032-00; Switch, thermostatic, cyl. w/flg, part #363G; Thermostat, flow control, water temp reg, part #9N5121; Solenoid, electrical, engine shut off, part #4N4316. 4. The engine must be tested in accordance with original equipment manufacture?s specifications and test log sheet must accompany the engine. Engines must be painted in accordance with MIL DTL 64159. Use primer MIL P 53022. Paint green (color is 383) using Water Bourne Chemical Agent Resistance Coating (CARC). 5. Work will be performed at the contractor?s site. Contractor will be responsible for pickup at designated worksite at the Marine Corps Logistics Command, Bldg 2200 and delivery to building 1331, Door 10. The contractor will be responsible for furnishing all tools and material. A 14-calendar day repair cycle time is required. The total estimated quantity for this item is 50 engines within the one-year period of performance. NO OPTION PERIODS ARE REQUIRED FOR THIS ITEM. CLIN 0002: Contractor shall rebui ld 7.5 ton crane engine, SES1108 Cummins in accordance with the following: 1. The requirement is to rebuild the 4B3.9 Spec SES1108 Cummins engine and provide a 24-month warranty for workmanship and material. The service provider must completely disassemble, clean, and reassemble the engine. The following are 100% mandatory replacement with new Original Equipment Manufacture?s Parts: Pistons, Rings, Rods, Rod bearings, Main bearings, Cam bearings, Valves, Valve guides, Oil pump, Water pump, Thermostat, Gaskets, Seals, 12 volt starter, Alternator. 2. The following ancillary components are 100% mandatory replacement with new Original Equipment Manufacture?s Parts: Oil filter, part #3903224; Indicator restriction (air), part #1243 89; Fuel filter, part #205266; Fuel filter, part #205267; Belt, v-ribbed, part #3906384; Sender, oil pressure, part #1506177; Switch, oil pressure, part #420 2970; Transducer, pressure, part #12258932 5; Switch, pressure, part #12258938; Sender, tachometer, part #12258931 2; Switch, neutral safety, part #207088; Sending unit, water temperature, part # 1505870. 3. The engine must be tested in accordance with original equipment manufacture?s specifications and test log sheet must accompany the engine. Engines must be painted in accordance with MIL DTL 64159. Use primer MIL P 53022. Paint green (color is 383) using Water Bourne Chemical Agent Resistance Coating (CARC). Work will be performed at the contractor?s site. Contractor will be responsible for pickup at designated worksite at the Marine Corps Logistics Command, Bldg 2200 and delivery to building 1331, Door 10. The contractor will be responsible for furnishing all tools and material. A 14-calendar day repair cycle time is required. The total estimated quantity fo r this item is 100 engines within a one-year period of performance. FOUR, ONE-YEAR OPTION PERIODS ARE REQUIRED FOR THIS ITEM. Site visits are encouraged and may be arranged by contacting SSgt DJ Jones at (229) 639-6787 or via email at jonesdj@logcom.usmc.mil. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine best value to the Government: Price, Technical Acceptance, and Delivery. The following FAR Clauses/Provisions apply: 52.252-1, Solicitation Clauses Incorporated by Reference; 52.212-2, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Registrations ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Item s; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with authorities and remedies; 52.225-1, Buy American Act ? Balance of payments program - supplies; 52.225-13, Restrictions on certain foreign purchases and; 52.232-33, Payment by electronic funds transfer - CCR); 52.243-1, Changes; 252.212-7000, Offeror Representations and Certifications ? Commerc ial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.205-7000, Provision of Information to Cooperative Agreement Holders); 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation ? Commercial Items with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 13 August 2003, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Command, Albany, GA, Contracting Dept.
 
Record
SN00372092-W 20030717/030715214045 (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.