Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2003 FBO #0622
SOLICITATION NOTICE

28 -- Remanufactured Engines

Notice Date
8/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
DAHA22-03-T-0060
 
Response Due
8/21/2003
 
Archive Date
10/20/2003
 
Point of Contact
Hugh McCallum, 601-313-1505
 
E-Mail Address
USPFO for Mississippi
(hugh.mccallum@ms.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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 b eing requested and a written solicitation will not be issued. Solicitation No. DAHA22-03-T-0060 applies and is issued as a Request for Quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circul ar 2001-14. This acquisition is unrestricted. The North American Industry Classification System (NAICS) code is 333618 size standard is 1000 employees. The following items are intended to be purchased for the Government: Item # 1. Requirements for rema nufactured 250 Cummins engine: Engine NSN 2815-01-280-2961 must be fully dressed from the fan assembly to the flywheel; starter assembly, generator, and pulley, bell housing, and container. Engines must be dyno-tested with dyno results sent with engine. All belts, seals and bearings and rubber/metallic lines must be replaced. The engines must be diesel with cylinder arrangement horizontal opposed with horizontal crankshaft. The piston action type must be single acting. Item # 2. Requirements for reman ufactured 8.3 liter Cummins engine: Engine NSN 2815-01-374-7539 must be fully dressed from the fan assembly to the flywheel; starter assembly, generator, and pulley, bell housing, and container. Engines must be dyno-tested with dyno results sent with eng ine. All belts, seals and bearings and rubber/metallic lines must be replaced. . The engines must be diesel with cylinder arrangement horizontal opposed with horizontal crankshaft. The piston action type must be single acting. Both items are to be del ivered FOB destination to, RSMS, 6501, Warehouse Avenue, Camp Shelby, Mississippi 39407. The following Federal Acquisition Regulations (FAR) and (DFAR) provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52-212-2, Evaluation-Commercial Items (The following factors shall be used to evaluate offers: 1. Technical capabilities to meet requirement (submit data indicating how your product will meet requirement); 2. Price; 3. Past Performance (submit three references o f similar work). (Technical and past performance, when combined are approximately equal to cost or price); FAR 52-212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions—Commercial Items, FAR 52 .247-34 F.O.B. Destination, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-23, Notice for Price Evaluation Adjustment for Small Disadvantaged Business Concerns; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222.21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Af firmative Action for Disabled Veterans and Veterans of the Vietnam Era; Far 52.222-36, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.2 23-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; FAR 52.225-13, Restrictions on Certain foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds transfer other than Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial vessels, FAR 52.252-2, C lauses Incorporated by Reference, DAFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Ac quisition of Commercial Items, DFARS 252.204-7004, Required Central Contractor Registration, FAR 52.203-3, Gratuities; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7014, Preference for Domestic Specialty Metals; DFARS 252. 225-7015, Preference for Domestic Hand or Measuring Tools; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7021, Trade Agreements; DFARS 252.225-7036, Buy American Act—North American Free Trade Agreement Implementati on Act; DFARS 252.227-7015, Technical Data; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.243-7002, Certification of Requests for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.2 47-7024, Notification of Transportation of Supplies by Sea. Award can only be made to those offerors that are registered through the Central Contractor Registration System. For those not registered, you may log onto the Internet at http://www.ccr.gov or telephone (888) 227-2423. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. Quotes are due no later than 4:30 CST, August 21, 2003 and must contain sufficient detail to evaluate techn ical, past performance and price. Address quotes to USPFO-MS, Attn: NGMS-PFO-PC (MAJ Hugh McCallum), 144 Military Drive, Jackson, Mississippi 39232-8861. Quotes may be emailed to: hugh.mccallum@ms.ngb.army.mil or faxed to (601) 313-1569 to the attention of Major Hugh McCallum.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA22/DAHA22-03-T-0060/listing.html)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN00398158-F 20030813/030811223115 (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.