Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
MODIFICATION

25 -- HMMWV Coolant Heaters This is the same synopsis as WC1SH34210H154 AND WC1SH34210H1540001.There was a mistake on those solicitations and this ammendment clarifies and combines those two.

Notice Date
8/25/2004
 
Notice Type
Modification
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
WC1SH34210H154
 
Response Due
9/14/2004
 
Archive Date
11/13/2004
 
Point of Contact
olen, (907) 384-7088
 
E-Mail Address
Email your questions to ACA, Fort Richardson
(olen.northern@richardson.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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; propos als are being requested and a separate written solicitation will not be issued. (ii) This Request for Quotation (RFQ) number is WC1SH34210H154. (iii) This RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circu lar (FAC) 2001-21. (iv) This is an unrestricted procurement and the applicable NAICS is 423120 (v) This RFQ contains two line items. Requirements are Item 0001 for eight hundred (800) each, HMMWV coolant heaters and Item 0002 for an option, exercisable wi thin 90 days of contract award, for 100 each additional HMMWV coolant heaters. (vi) Requirements for the HMMWV COOLANT HEATER (engine coolant pre-heater) for the HMMWV vehicular fleet are as follows: The pre-heater will be a permanently installed, EMI comp liant, fuel fired engine coolant pre-heater capable of heating and circulating engine coolant throughout the engine when ambient temperatures are down to -50F. This device will be powered by the vehicular 24 volt direct current electrical system and will d raw the required fuel from the on board vehicular fuel system. The following minimum specifications will be met: 1. Will be capable of adequately pre-heating a vehicular engine in 1 hour or less in order to allow start up. 2. Will comply with TACOM commer cial item description A-A59686 type 2. 3. Will provide equal volumetric circulation of heated coolant around all cylinders of the engine. 4. Will be capable of operating on DFA, DF1A, DF1, DF2, JP4, JP5, and JP8 diesel fuels. 5. Will be controlled by a pro grammable 7 day timing device. 6. Will be accompanied by custom fit wiring and plumbing for the particular vehicle application. 7. Will have a fuel consumption rate of not more than .20 US gallons per hour. 8. Will have minimum rated water thru put of 230 US gallons. 9. Will provide a minimum of 16,000 BTU output while in high operating mode. 10. Will be accompanied by detailed installation and operating instructions (hard copy or electronic format CD ROM is acceptable). 11. Will require not more than 1.75 amp hours during operation nor more than 5.0 amp hours during start-up mode. Price Includes Shipping. (vii) Delivery location, Acceptance will be Government FOB destination: Fort Richardson, Alaska 99505. (viii) The provision at FAR 52.212-1, Instructions to Offerors  Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the following evaluation factors technically acceptable, price, delivery time and past performance. The contract will be awarded to the offeror that prov ides the best value to the government. (x) All offers must include a completed copy of the provision at FAR 252.212-7000 Offeror Representations and Certifications--Commercial Items (1995); (xi) The clause at 52.212-4, Contract Terms and Conditions -- Comm ercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Appli cable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.214-21  Descriptive Literature (APR 02); FAR 52.217-5  Evaluation of Options (JUL 1990); FAR 52.217-7  Option for Increased Quantity  Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- W arranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38  Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disable d Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Ot her Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Re gistration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 3:00 PM, Alaska Time, 14 September 2004. (xvii) For further information contact Olen Northern via facsimile (907) 384-7112, or e-mail: olen.northern@richardson.army.mil.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN00653823-W 20040827/040826075308 (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.