Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2004 FBO #1006
SOLICITATION NOTICE

J -- Maintenance, Repair, and Rebuilding of Equipment

Notice Date
8/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M9470004T0078
 
Response Due
9/3/2004
 
Archive Date
10/3/2004
 
Point of Contact
Christopher D. Howard 229-639-6467
 
Description
Item 0001: Engine Service Kits, Reliabilt Engines, Dependabilt Transmissions MCLC WHSE 1331, DR 10, BAY 3 ALBANY, GA 31704-0325. Delivery date: 9/15/2004. Description: 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; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. This action is unrestricted to small businesses, has a NAICS code of 811111 and a dollar value of $6.0 million. This solicitation contains (3) three CLINS, it is the government's intent of awarding a firm-fixed price requirement contract for a base one-year with (4) one-year option periods. The Marine Corps Logistics Command; Albany, Georgia has a requirement for the following items. CLIN 0001: Engine kits are to be co! mprised of original equipment manufacturer (OEM), Detroit Diesel 8V92TA engine parts and "Reliabilt" core exchange parts. Provide exchange parts for HEMTT vehicles Detroit Diesel Corporation 8V92TA, 8087-7899 (P/N 1768110) or 8083-7493 (P/N 3041219) engines. Engine Kits consist of the following parts: Injectors, P/N:5229630, 8 ea; Jake Brakes-Supply, P/N: 012473, 4 ea; Jake Brakes-Drone, P/N: 012474, 4 ea; Jake Brake-Mechanical W/Solenoid, P/N: 00-017019, 4 ea; Valve Cover Gasket, P/N: 5104081, 2 ea; Turbo, P/N: 8923340, 1 ea; Starter, P/N: 1990272, 1 ea; Gasket (Starter), P/N: 5130995, 1 ea; Compressor, P/N: 289864, 1 ea; Gasket (Upper), P/N: 243430, 1 ea; Gasket (Compressor), P/N: 23511871, 1 ea; Alternator, P/N: 4630JR, 1 ea; Water Pump (Rebuilt), P/N: 23506602, 1 ea; Air Modulator (Transmission), P/N: WM775B, 1 ea; Jake Brake Micro Switch, P/N: 1022351, 1 ea; Rt Bank Exhaust Tube-Turbo, P/N: 5101394, 1 ea; Hose-Nonmetallic (Water Manifold), P/N: 23503066, 2 ea; Hose-N! onmetallic (Water Manifold), P/N: 5199780, 1 ea; Thermostat-Flow Control, P/N: 23503825, 2 ea; Gasket-Thermostat, P/N: 5117786, 1 ea; Gasket-Thermostat, P/N: 5100860, 1 ea; Seal-Thermostat, P/N: 3S9643-00, 2 ea. The contractor is required to maintain an inventory of five (5) complete parts kits at the contractors site at all times. The contractor is required to deliver the required kits within 24 hours after being notified. The Maintenance Center inventory will be verified by the Contracting Officer's Representative (COR) who will notify the contractor of the quantity required to maintain inventory levels. Restocking of kits will be accomplished via delivery order on the same day the need is verified. Any warranty replacements will be handled the same day of failure notification. All cores will be inspected, packaged and picked up at Maintenance Center Activity (MCA) when kits are restocked. The contractor will notify the Contracting Officer of any cores that are fou! nd to be unserviceable. All work will be performed using applicable technical manuals and manufacturers service manuals. (TM 9-2320-279-24P-1 and TM 9-2815-224-34&P). CLIN 0002: Rebuilt 8V92 reliabilt engine. P/N: R8087-7899. HEMTT will have a core exchange to turn in for each engine purchased. The contractor is required to deliver three (3) engines to MCLB Maintenance Center within 24 hours after being notified. CLIN 0003: Rebuilt HT740 Dependabilt Transmission. P/N: D23014539. HEMTT will have a core exchange to turn in for each engine transmission purchased. The contractor is required to deliver three (3) transmissions to MCLB Maintenance Center within 24 hours after being notified. The contractor also will be required to pick-up engine and transmission from work area Bldg. 2200 and deliver to warehouse 1331 door 10 at Maintenance Center, MCLC, Albany,Ga 31704. The service provider will provide quality service in accordance with the applicable documents listed abov! e. The government reserves the right to select bids based on cost, delivery schedule, and as most advantageous to the government. 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 the best value to the Government: Price, Technical Acceptance, and Delivery. The following FAR/DFAR Clauses/Provisions apply: 52.211-11, Liquidated Damages-Supplies, Services, or Research and Development; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Registrations - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 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;! 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases and; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal hires; 52.222-43, Fair labor Standards Act and Service Contract Act- Price Adjustment (Multiple year and Option Contracts); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic fund! s transfer - CCR); 52.216-2, Economic Pricing Adjustment- Standard Supplies; 52.216-18, Ordering; 52.216-21, Requirements; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option To Extend The Term of The Contract; 52.223-6, Drug Free Workplace; 52.232-8, Discounts for Prompt Payment; 52.233-1, Disputes; 52.233-2, Service of Protest; 52.233-3, Protest after Award; 52.243-1, Changes Alt II; 52.249-2, Termination for Convenience of The Government (Fixed- Price); 52.249-8, Default (Fixed- Price Supply); 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000, Offeror Representatives and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.225-7001, Buy American Act and Balance of Payments Program;252.232-7003, Electronic Submission; 252.243-7001, Pricing of Contract Modifications. ! 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 http://farsite.hill.af.mil/vffara.htm with their offer. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register http://www.ccr.gov/ and Wide Area Work Flow http://wawftraining.com/ 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 ab! ove required information must be received at this office on or before 03 September 2004, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Contracting Department, Marine Corps Logistics Command; Albany, Georgia. Email: christopher.howard@usmc.mil. Phone/Fax as respectively (229)639-6467/6791. *****
 
Record
SN00655849-W 20040828/040827095129 (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.