Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOLICITATION NOTICE

28 -- Big Cam 3 Diesel Engines

Notice Date
7/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-05-R-0006
 
Response Due
8/10/2005
 
Archive Date
10/9/2005
 
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, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement co nstitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912LP-05-R-0006. All proposals shall reference the RFP number and shall be submitted by 8:00 A.M. local time on 10 Aug 2005. The anticipated award date is 12 Aug 2005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-04 dated 8 June 2005. This so licitation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 336312 size standard of 750. The Iowa National Guard wishes to acquire twenty-five (25 ea.) Big Cam 3 Diesel New or Reconditioned Engines. The engines will be placed in the M915 A4 Tractor. Performance Requirements: DR256800RX-ENGMIL400BC3J engine must meet military specification, with 2 year /100,000 mile warranty coverage. The vendor will be required to provide the following genuine Cum mins parts; New Cummins Tri Tech Cylinder kits, Cummins/Holset HT3B Turbo, Cummins Genuine Rod and Main Bearings, Genuine Cummins Flangless Camshaft, Military engine lifting bracket assembly, Flywheel housingmilitary specification, Flywheelmilitary speci fications, Cummins Recon PX injectors, Cummins Recon Fuel Pumpmilitary specifications, 3 new Jacob Brake Assemblies  24 volt, Installed, Cummins Pulse Exhaust Manifold, Accessory Drive Pulley Assembly  Military specification, Fan Brace Assembly, Water f ilter mounting and connections, Front mount support assembly, Inlet and Outlet water connectionsmilitary specifications, Cummins Recon Air Compressor, New Oil Cooler Element, Cummins Recon Oil Pump, Cummins Recon Cam follower assemblies, Cummins Recon Cyl inder heads, Cummins Recon Rocker Box Assemblies, Cummins Crankshaft (Standard), Cummins Recon Water Pump, Cummins Recon Accessory Drive, Oil Dip StickMilitary Specification. Vendor will deliver the engines to the CSMS, 7105 NW 70th Ave, Johnston, IA 5013 1-1824. The Government intends to award a contract to the offeror whose proposal provides the best value to the Government. To arrive at a best value decision, the Source Selection Authority will integrate the evaluation price with past/present performan ce and technical, past performance and technical are rated higher than the price factor with technical significantly more important than past performance. The technical factors will be New vs. Reconditioned Engine and Delivery Date. The vendor shall submi t a written proposal indicating whether the proposed engine is new or reconditioned. The Government is requesting a reconditioned engine, however, if the vendor proposes a new engine it will be rated slightly higher than the reconditioned engine. The vendo r shall also identify the number of days it will take to provide the requested engines. Failure to do so will indicate an acceptance of a delivery date 120 days ARO. The vendor should provide the Government with the most current past performance referenc es. A reference name, contract number, phone number, fax number and or e-mail address should be submitted to allow the Government to obtain adequate past performance information. The vendor should provide the Government with a firm fixed price per unit. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerers initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The following provisions and clauses will be incorporated into the solicitation by reference: 52.204-7, Central Contractor Registration, 52.212-1, Instructors to Offerors-Commercial Items, 52.212-4, Con tract Terms and Conditions-Commercial Items, 52.233-3, Protest After Award, 52.247-34 F.O.B. Origin, 252.204-7001, Central Contractor Registration Alternate A, 52.204-4, Printed or Copied-Double Sided on Recycled Paper, 252-209-7001 Disclosure of Ownershi p or Control by the Government of a Terrorist Country are hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Autho rities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Tr ansfer-Central Contractor Registration, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans, 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and other E ligible Veterans, 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration, 52.232-36, Payment by Thi rd Party. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002 Request for Equitable Adjustment, 252.247-7023, Tran sportation of Supplies by Sea ALT III. The following additional clauses and provisions are added in full text: 52.212-3, Offeror Representations and Certifications-Commercial Items, 52.252-1 Provisions Incorporated by Reference, 52.252-2, Clauses Incorpora ted by Reference (The clauses and provisions incorporated by reference can be accessed in full text at http://farsite.hill.af.mil) 52.233-2, Service of Protest (CW3 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824) 252.211-7003, Item Identi fication and Valuation (DR256800RX-ENGMIL400BC3J), 252.212-7000, Offeror Representations and Certifications  Commercial Items. Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, J ohnston, Iowa 50131-1824, ATTN: SSgt Renee Berg, Contract Specialist at or before 4:30 p.m., 10 Aug 2005. For information regarding this solicitation contact SSgt Renee Berg at 515-252-4615, renee.berg@ia.ngb.army.mil or CW3 Mark Thompson at 515-252-4248.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
Country: US
 
Record
SN00854910-W 20050728/050726212326 (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.