Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
MODIFICATION

35 -- Power Plant Engine

Notice Date
5/25/2004
 
Notice Type
Modification
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS, 65 CONS/LGC, Lajes Field, Azores APO, AE, 09720
 
ZIP Code
09720
 
Solicitation Number
FA4486-04-T-0016
 
Response Due
5/27/2004
 
Archive Date
6/11/2004
 
Point of Contact
Holly Pearlman, Contract Specialist , Phone 011-351-295-576749, Fax 011-351-295-573758,
 
E-Mail Address
holly.pearlman@lajes.af.mil
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR subpart 12.6 and 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. Power Plant engine The solicitation number for this procurement is FA4486-04-T-0016 and will be issued as a Request for Proposal (RFP). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the accepatbility standards for non-cost factors. Past performance will be evaluated on a ?go? ?no go? basis. Tradeoffs are not permitted. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-20, Defense Acquisition Circular (DAC) 91-13.Air Force Acquisition Circular (AFAC) 2004-0302. For informational purposes The Standard Industrial Classification Code is 3519. The North American Industry Classification System is 221111. This requirement will allow full and open competition. The solicitation will be available on the Internet only. There will be no hard copies of this solicitation issued. The solicitation will not be provided in a printed, paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government?s best interest. All proposals and other normal documents required for the proposal submittal, including amendments to the proposal submittal, shall be in paper medium. Questions related to this project must be submitted in writing to 65 CONS/LGCA, Attn: SSgt Holly Pearlman, Unit 7775, Bldg. T-615, Room 201, Lajes Field, Azores Portugal 09720-7775, or e-mail to: holly.pearlman@lajes.af.mil. It is the responsibility of the contractor to confirm receipt of all emails and other electronically submitted information. All contractors interested in receiving notification of updates/amendments to the solicitation posted on the EPS are urged to enroll on the web site mailing list for this acquisition. Those contractors enrolled will be notified automatically of any changes made to the RFP through their e-mail addresses. No telephone requests will be accepted. All offerors should be CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet (http://www.farsite.hill.af.mil). ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OR EMAIL OFFERS WILL BE ACCEPTED. It is the offeror?s responsibility to confirm receipt of proposals. The closing date/time for this RFP is 27 May 2004, 2:00 PM local time. FAR provision at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this RFP. FAR provision 52.212-2, Evaluation, Commercial Items, applies to this RFP with the following addenda: Paragraph (a) is filled in with ?the award will be made to the offer who is the lowest price technically acceptable. Trades-offs will not be permitted. The clause at FAR 52.212-4, Contract Terms and Conditions- Commercial Items, without addenda and 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders Commercial Items, without addenda, applies to this acquisition. DFARS provisions at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. Technical proposals shall be evaluated on a go/no-go basis. A technical proposal shall accompany the price proposal. The technical proposal shall indicate that the offer meets or exceeds the following criteria: Engine must be an Electro-Motive Division (EMD) of General Motor. Model 12-645-E1 diesel engine that has been remanufactured with original equipment manufacturer (OEM) parts. The engine must include date remanufactured and have 20 hours or less of operation since the remanufactured date. Must include the engine assembly build sheets with serial number records. Engine must have the identical systems/setup as the EMD engine serial # 67-F1-1186, model # 12-567-E that it is replacing. It must be a "roots" blown, two-cycle, 12-cylinder engine, 645 cubic inch displacement per cylinder, 9 -1/16" cylinder bore, 10" stroke, 16:1 compression ratio, 315-325 RPM idle speed rating, 750-900 RPM full speed rating and produces 1500 BHP @ 900 RPM. It must be a complete engine,to include a Woodward EGB 13P governor, dual air start motors, oil pumps, water pumps, manifolds, over-speed trip device, heavy block, standard pan, flywheel 8211680 and must meet all requirements to operate in a prime power plant with eight matched engines/generators. The engine must be full load tested with full documentation of all engine pressure and temperatures meeting OEM specification, for a minimum of eight hours within 30 days prior to receipt at Norfolk, Virginia and must include all test results, historical data/records and any other pertinent documentation and/or information concerning the engine. After load testing is complete, the engine must be re-torqued to OEM specifications, all air, fuel and water system and airbox inspected for leaks, the top deck inspected for unusual noises at idle speed and the overall engine inspected for general condition and quality control. The engine must have a two year warranty that includes OEM replacement parts. It must include preparation and shipment from point of origin to Norfolk, Virginia. The engine must arrive at Norfolk, Virginia on or before 10 July 2004. This engine will be used as one of eight engines in the base primary power plant that powers all of Lajes Field, Azores, Portugal. In order to meet the past performance requirements, contractor must have remanufactured one EMD engine within the past year.
 
Place of Performance
Address: Lajes Field Azores
Zip Code: 09720
Country: Portugal
 
Record
SN00592107-W 20040527/040525212218 (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.