Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2004 FBO #1056
SOLICITATION NOTICE

28 -- Remanufacture Onan Deisel Engine Model Nos. DN2M-1 and DN4M-1.

Notice Date
10/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Letterkenny Army Depot,Directorate of Contracting, ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W911N2-05-T-0011
 
Response Due
10/20/2004
 
Archive Date
12/19/2004
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Qu otes are being requested and a written solicitation will not be issued. (II) Solicitation Number W911N2-05-T-0011 is applicable issued as a request for quotations (RFQ). (III) The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-25. (IV)This requirement is being synopsized as full and open competition under standard industrial classification code 3519, NAICS Code 333618. The resulting contract will be a Firm Fixed Priced type contract under FAR Part 12 y Acquisition of Commercial Items. (V) COMMERCIAL ITEM DESCRIPTION: Provide all labor, parts and material to remanufacture Onan Engines Model No. DN2M-1 NSN 2815-01-350-2205  20 EA and Model No.DN4M-1 NSN 2815-01-350-2206  16 EA in accordance with the following Statement of Work: a. Contractor shall provide all labor, equipment, and material to remanufacture the following Onan Diesel Engine Models to Original Equipment Manufacturer Standards (OEM):DN2M-1 (NSN 2815-01-350-2205),DN4M-1 (NSN 2815-01-350-2206). B. These engines are part of a Generator Set. All installed engine accessories (e.g., engine temperature switches, fluid drains, pipe elbow, heating element wires, loop clamp) shall be reinstalled on the remanufactured engine. C. Contractor shall pickup and deliver all engin es using best commercial packaging. D. Qualification of the Contractor: The Contractor must have experience in the remanufacture of at least one of the DN2M-1 or DN4M-1 engine models within the last two years and experience in the remanufacture of at leas t one of the other engine models within the last four years. The Contractor shall submit two Engine dynamometer reports and remanufacture process/production records on at least both engine models to verify this experience. The Contractor can also qualify b y being a certified OEM Remanufacturer. E. Contract shall be awarded on a best value basis. F. Warranty: The warranty must be equal to or exceed the provisions of an OEM standard commercial warranty on parts and labor of each engine or component. 1.0 MINIMUM REMANUFACTURER REQUIREMENTS: 1.1 Oil Seal and Gasket Leakage. There shall be no leakage permitted. 1.2 Hardware. All corroded hardware shall be replaced. Any locking device (such as lock washers, lock nut) that is removed will not be reused. 1.3 Painting. Paint original OEM color. Do not paint OEM nameplate. 1.4 Engine: The entire engine shall be disassembled and remanufactured in accordance with OEM specifications. All non-metallic hoses, gaskets, o-rings, seals, expansion plugs, bearings, and piston rings shall be replaced. All parts specified by Onan/Lister Petter to be replaced shall be replaced. a. Cooling System. Thermostat, all hoses, and belts shall be replaced. The water pump shall be remanufactured in accordance with the OEM Technical Manual or supplied new. b. Fuel System. Remanufacture and test fuel injectors and fuel injection pump. Replace all filters and screens. c. Lubrication System. Filters and fluids shall be replaced. Check oil pressure relief valve, valve must relieve at 47 to 59 psi. The oil pump shall be remanufactured in accordance with the OEM Technical Manual or supplied new. d. Air Intake and Exhaust System. Gaskets, seals, filters, and hoses shall be replaced. Test heater plugs, resistance should be 4 to 5 ohms. e. Electrical System. The starter and alternator shall be remanufactured and tested or each item may be supplied new. During remanufacture replace brushes and bearings. f. Cylinder Head. Remanufacture in accordance with the OEM Technical Manual. g. Engine Block and Internal Components. Remanufacture in accordance with the OEM Technical Manual. Install new: rings, all r od and main bearings, with thrust bearing, gasket kit with front and rear seals. Block and components shall be inspected in accordance with OEM Technical Manual. 1.5 Engine Dynamometer Testing: Testing of completed engines will in accordance with OEM Technical Manual and shall be as follows. Test reports by engine serial number shall be completed and provided for each engine. a. Break-In: Start engine and run at loads and speeds shown in the following chart for the time limits given. 850 rpm at no load for 2 minute. Fast idle at no load for 3 minutes. Rated speed at ? load for 60 minutes. Rated speed at ? load for 40 minutes. Rated speed at full load for 15 minutes. Run engine 2 minutes at 1500 rpm with no load before shutdown. Retorque the head and reset the valves as specified by the OEM Technical Manual. 1.6 Missing Engine Components. Missing engine components will be an additional cost to the customer. (VI) FOB Destination. Engines are required to be picked up at Letterkenny Army Depot, Chambersburg, PA and delivered to Letterkenny Army Depot, Chambersburg, PA upon completion of work. Turn around time for the engines is 30 days after receipt of assets f rom Letterkenny Army Depot, Chambersburg, PA, earlier or expedited delivery or returns is acceptable and would be appreciated. (VII) FAR Provision 52.212-1, Instructions to Offerors-Commercial Items,applies to this acquisition. Offerors must include a com pleted copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS  COMMERCIAL ITEMS with their quotation. The following clauses also apply to this solicitation: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt I; FAR 52 .204-7 Central Contractor Registration, FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-4 Contract Terms and Conditions  Commercial Items, FAR 52.212-5 (Dev) Co ntract Terms and Conditions Required to Implement Statues or Executive Orders  Commercial Items (Deviation), 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity For Special Disab led Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers With Disabilities, 52.222-37 Employment Reports On Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223- 5 Pollution Prevention and Right-to-Know Information, FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration, FAR 52.232.-36 Payment by Third Party, FAR 52.233-3 Protest After Award, 52.237-3 Continuity of Services, FAR 52.242 -15 Stop-Work Order, FAR 52.247-34 F.O.B. Destination, DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A, DFARS 252.223-7006 Prohibition On Storage and Disposal of Toxic and Hazardous Materials, DFARS 252.225-7016 Restriction On Acquisition Of Ball and Roller Bearings, DFARS 252.243-7001 Pricing Of Contract Modifications, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-5 Authorized Deviations in Provisions , FAR 52.252-6 Authorized Deviations in Clauses. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far. Contact Trudy Alleman at Telephone No. (717)267-9239 for questions pertaining to this synopsis/solicitation. The due date and time for receipt of proposals is 4:00 PM on 20 October 2004 at the Directorate of Contracting, ATTN: AMSAM-LE-KO, Bldg. 2, Trudy Alleman, Letterkenny Army Depot, Chambersburg, PA 17201-4152 or email to tru dy.alleman@us.army.mil or fax to (717)267-9834.
 
Place of Performance
Address: Letterkenny Army Depot,Directorate of Contracting ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
Country: US
 
Record
SN00694878-W 20041017/041015211902 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.