Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

J -- Refurbishment of the HEMTT Drive Train, Brakes and Axles

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700405Q0056
 
Response Due
3/28/2005
 
Archive Date
4/28/2005
 
Description
GySgt Heath, D, Contracting Officer. This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-01 and Defense Acquisition Circular 91-13. This action is being procured as an unrestricted basis; no small business set-aside is being considered. The NAICS code for this action is 811111. This solicitation contains (3) three CLIN?S with the purpose of issuing a firm fixed-price, one-year Requirements contract with (4) four one-year option periods. THE QUANTITIES STATED IN THE BELOW CLIN?S REPRESENT A TOTAL ESTIMATED QUANTITY ! ONLY. These estimates are not a representation of the quantities that will be required or ordered or a guarantee that the conditions affecting these requirements will be stable or normal. All work will be performed using technical manuals TM 9-2320-279-20-1 thru 3 and TM 9-2320-279-24P-1 and 2. The technical manuals will be provide upon request. All technicians will be required to provide documentation of sustained Detroit Diesel and Allison Guild enrollment. The Marine Corps Logistics Command, Albany, Georgia, has a requirement for the following items: CLIN 0001: The Contractor will refurbish the HEMTT drive train. The following material will be disassembled and replaced 100 % with government furnished property (GFP): Injectors, Part # R5229630, Qty 8; Jake Brakes, kit R11822, Qty 1; Valve Cover Gasket, Part # 5104081, Qty 2; Turbo, Part # R8923340, Qty 1; Starter, Part # R0451125, Qty 1; Starter Gasket, Part # 5130995, Qty 1; Compressor, Part # R289864, Qty 1; Com! pressor Gasket, Upper, Part # 243430, Qty 1; Compressor Gasket, Part # 23511871, Qty 1; Alternator, Part # R104630JA, Qty 1; Filter Element (Air, Inner), Part # 2AL607, Qty 1; Filter Element (Air, Outer), Part # 2AE905, Qty 1; Filter Element (Engine Oil), Part # 16TX616, Qty 1; Filter Element (Fuel/Water), Part # 2AW133, Qty 1; Filter Element (Fuel, Secondary), Part # 23518530, Qty 1; Filter Element (Transmission, Internal), Part # 20505563, Qty 1; Gasket (Trans Pan), Part # 23016681, Qty 1; Filter Element (Transmission, External), Part # 25010643, Qty 1; Radiator, Part # 1349840, Qty 1; Belt Set, V, Fan, Part # 68658AX, Qty 1; Belt Set, V, Alternator, Part # 1355200, Qty 1; Guard, Diesel Engine (Turbo), Part # 2GL958, Qty1; Guard, Splash (Fuel Filter Bowl), Part # 1766560, Qty 1; Hose, Non-Metallic, Part #1341080, Qty 1; Hose, Non-Metallic, Part #1341070, Qty 1; Hose, Non-Metallic, Part #1341010, Qty 1; Hose, Preformed, Part # 1304860, Qty 1; Hose, Preformed, Part # 1304850! , Qty 2; Hose, Non-Metallic, Part #1341020, Qty 2; Universal Joint, Transmission to Transfer, Part # 2GN872, Qty 2; Universal Joint, Rear Inter Axle, Part # 51178AX, Qty 2; Universal Joint, Transfer to #3 Axle, Part # 2GN872, Qty 2; Universal Joint, Transfer to #2 Axle, Part # 2GN872, Qty 2; Universal Joint, Front, Inter Axle, Part # 51178AX, Qty 2; Water Pump, Part # R23506602, Qty 1; Air Modulator, Transmission, Part # WM775B, Qty 1; Jake Brake Micro-Switch, Part # 10223551, Qty 1; Right Bank Exhaust Tube (Turbo), Part # 5101354, Qty 1. Batteries will be removed and replaced 100%. Battery cables, battery box cover and battery box will be inspected for serviceability and replaced if unserviceable. Battery boxes are to be cleaned and coated with Bituminous Solvent Type (Black) National Stock Number (NSN) 8030-00-290-5141. Disassemble hood cowling, side covers, spare tire, spare tire winch and winch extension. These items are to be palletized. Air cleaner assembly will ! be inspected for serviceability and replaced if unserviceable. Check blower and air intake adapter for foreign material. In preparation for road test, vehicles will have engine, transmission and coolant fluid levels checked. Perform a stall test in forward gear at 1000 to 1200 RPM, check for leaks and complete an applicable lube card. All fluid leaks will be noted. Drain engine oil, coolant and transmission fluid into GFP containers. Refill engine oil, coolant and transmission fluid levels in accordance with applicable TM. The following processes will be performed: set rack, adjust exhaust values and fuel modulator and set governor, idle and no limit speeds. Ensure all clamps, lines, hardware, brackets and Army Oil Analysis Program valves are configured in accordance with applicable TM. Ensure transmission governor, breather and lockout valves are functioning in accordance with applicable TM and repaired as required. Perform inspection of drive shafts, pinion seal! s, yokes and all slip yoke grease seals and fittings when replacing universal joints. Replace items in accordance with applicable TM and Configuration Control Number S-080-99A12145-0 instructions. Inspect the exhaust manifolds and gaskets for leaks and replace as required. Check motor mounts, vibration dampener, fan clutch, power steering pump, tachometer drive and power take off, input, output and shift lever seals on transmission, seals, gaskets, lines and mounting hardware in accordance with applicable TM. Ensure all items found out of specification are to be repaired or replaced in accordance with applicable TM. CLIN 0002: The Contractor will refurbish the HEMTT brakes and axles. The following material will be disassembled and replaced 100 % with government furnished property (GFP): Front Drums, Part # 127009D, Qty 4; Front Brake Shoes, Part # 1654130, Qty 8; Seal, Plain, Encased (Cam) Part # 127491A, Qty 8; Helical Extension Spring, Part # 127483B, Qty 8; Helica! l Extension Spring, Part # 127482B, Qty 4; Rear Drums, Part # 2AT968, Qty 4; Rear Brake Shoes, Part # 2FH623, Qty 8; Seal, Plain, Encased (Cam), Part # 79903, Qty 8; Helical Extension Spring, Part # 127483B, Qty 8; Helical Extension Spring, Part # 127482B, Qty 4; Knuckle Wiper Seal Kit, Part # 4SK540, Qty 4; Wiper Seal, Part # 1391490, Qty 4; Screw, Cap, Part # 420AX1, Qty 24; Seal Plate, S-Cam, Part # 1441850, Qty 8; Roller Bearing with Cup (Front), Part # 12224FX, Qty 4; Roller Bearing with Cup (Front), Part # 15811FX, Qty 4; Oil Seal (Inner Axle), Part # 455001, Qty 4; Gasket, Axle Flange, Part # 4600TA96, Qty 4; Seal, Plain Encased (Hub, Front), Part # 1367260, Qty 4; Cone and Rollers, Tapered (Front Hub), Part # 570GX2, Qty 8; Cup, Tapered Roller (Front Hub) Part # 570GX1, Qty 8; Roller Bearing with Cup (Rear), Part # 144EX657, Qty 4; Cup, Tapered Roller (Rear Hub) Part # 8JA374, Qty 4; Roller Bearing with Cup (Rear), Part # 5607TA, Qty 4; Cup, Tapered Roller (Rear Hub)! Part # 5608TA, Qty 4; Seal, Plain Encased (Rear, Hub), Part # 2HR847, Qty 4; Cartridge Assembly (Air Dryer), Part # 92CX359, Qty 1; Shock Absorbers, Part # 1313230, Qty 8; Torque Rod, Part # 1304080, Qty 2; Torque Rod, Part # 1312430, Qty 1; Torque Rod, Part # 1369960, Qty 1; Torque Rod, Part # 1312440, Qty 1; Torque Rod, Part # 1311420, Qty 2; Air Tank, Part # 17255FX, Qty 2; Air Tank, Part # 52935BX; Air Tank, Part # 2407FX, Qty 1. The studs will be disassembled from the old hubs and reassembled on the new hubs. Brake camshaft, slack adjusters and brake boosters are to be inspected, installed and adjusted in accordance with the applicable TM. Failed components will be replaced. Perform an inspection of all brake lines and replace any cracked, damaged or frayed lines. Brake boosters are to be inspected to the TM and repaired as required. All differentials will be drained and removed from the front and rear axles shafts. The front axles will be disassembled to the st! eering knuckle flanges. Perform an inspection of the front axles; cage ring assembly, drag links and tie rod ends to ensure they are in accordance with applicable TM and repaired as required. Rear axle shafts will be removed, cleaned and inspected. Refill all differentials in accordance with applicable TM. CLIN 0003: Over and Above Work: The Contractor will be responsible for removing engines, transmissions, driveshaft and chassis components found not in accordance with the applicable TM and replacing with government furnished property. If there is no damage noted to the following items no funds for over and above work will be granted.. Work will be performed on-site at the Maintenance Center, Albany, Georgia. The facility will be provided. The contractor will be responsible for furnishing all tools, shop rags, oil dry and cleaning supplies. Repair cycle time will be seven calendar days with a production rate of one vehicle per day, Monday through Friday. No produ! ction is required on federal holidays. All components requiring replacement will be GFP. On site demonstration of repair process and test maybe required at customers request. The service provider will provide quality service in accordance with the following applicable documents listed above. The estimated maximum quantity for these line items is 150 HEMTT trucks per year. Site visits are encouraged and may be arranged by contacting John Lambert at (229) 639-6914 or via email at john.d.lambert@usmc.mil. All option periods will be (1) one year in length and follow CLIN 0001, 0002 and 0003 sequentially so as the total contract period of performance will not exceed (5) five years including all options. 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 best valu! e to the Government: Price, Technical Acceptable, Delivery and Past Performance. The following FAR 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; 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; 52.222-19, Child Labor ? Cooperation with Authoriti! es 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)); 52.216-18, 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; 52.232-8, 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; 52.245-2 Government Property (Fixed Price Contracts) Alt I; 52.249-2, Termination for Convenience of the Government (Fixed-Price); 52.249-8, Default (Fixed-Price Supply and Service); 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000, ! Offeror Representations and Certifications ? Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036 Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002, Request for Equitable Adjustment); 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, Offeror Representations and Registrations ? Commercial Items http://farsite.hill.a! f.mil/vffara.htm with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment 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 above required information must be received at this office on or before 28 March 2005, 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: william.tolleson@usmc.mil. Phone/Fax are respectively: (229) 639-6784/6791.
 
Record
SN00767148-W 20050313/050311212308 (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.