Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
MODIFICATION

28 -- Rebuild Detroit Diesel Engine

Notice Date
9/22/2005
 
Notice Type
Modification
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-F1M3T45263A100
 
Response Due
9/27/2005
 
Archive Date
10/12/2005
 
Point of Contact
Michael Watson, Contract Specialist, Phone 843-963-5197, Fax 843-963-5183,
 
E-Mail Address
michael.watson@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 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*** Quotations are being requested and a written solicitation will not be issued. This solicitation synopsis/solicitation number F1M3T45263A100 is being issued as a request for quotation (rfq). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is 100% set-aside for small businesses within a 25-mile radius of Charleston AFB, South Carolina 29404. The associated NAICS code is 33618 with 1,000 employee size standard. All responsible sources may submit a quotation, which shall be considered by the agency. The agency need is for a complete rebuild of one (1) Detroit 6V92 Diesel engine, Serial number 6VF183725, Registration number 92L00295 to include, but not limited to all requirements listed in the following Statement of Work. STATEMENT OF WORK FOR REBUILD OF 92 MODEL P-24 FIRETRUCK ENGINE Engine model-6V92 Engine s/n-6VF183725 Contractor will comply with all standard, accepted industry practices while completing rebuild. The Air Force will remove and reinstall the engine. The engine is disassembled. 1. Items to be replaced will include, but are not limited to the following: A. cylinder kits including new sleeves B. connecting rods C. oil pressure regulator and relief valve D. oil pump E. water pump F. fuel injectors G. thermostat H. exhaust manifold I. turbo charger and associated parts J. all bearings associated with engine moving parts (crankshaft, camshaft, rod and etc.) K. all gaskets, seals and hoses L. clamps, plates, springs and washers M. cylinder head will be thoroughly inspected and machined as required to meet specifications. All old parts being reused will be cleaned and thoroughly inspected. All old parts replaced, will be made available for inspection upon request. New fluids will be installed and engine must be test ran on a dynamometer prior to returning engine to the Air Force. Note: Government will remove, deliver, receive, and re-install engine, therefore this acquisition is restricted to a 25-mile radius from Charleston AFB, South Carolina 29404. Individuals are encouraged to submit a quote. Offerors shall provide as a response to this solicitation: (1) a completed price schedule, (2) a completed FAR Clause 52.212-3, which may be completed online at http://orca.bpn.gov/ The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. FAR 52.212-3 Offerors Representation and Certifications Commercial Item; FAR 52.212-4 Contract Terms and Condition- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; The following additional clauses/provisions are applicable to this procurement: FAR 52.204-7 Central Contractor Registration; FAR 52.237-7 Indemnification and Medical Liability Insurance; FAR 52.253-1 -Computer Generated Forms; FAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate; FAR 252.225-7001 Buy American Act and Balance of Payments Program; FAR 252.225-7002 Qualifying Country Sources as Subcontractors; DFAR 252.204-7003 -Control Of Government Personnel Work Product; DFAR 252.204-7004 Alt A-Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at http://www.ccr.gov or call 1-800-334-3414; DFAR 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment. Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD form 250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of payment Requests. The WAWF routing information will be provided upon award; DFAR 252.246-7000 -Material Inspection And Receiving Report; AFFARS 5352.242-9001 Background Checks for Contractor Personnel Requiring Entry/Access to Installations/Locations. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 24 Jun 2005 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3T45118A100 and addressed to Capt. Michael Watson, Contract Specialist, Phone 843-963-5197, fax 843-963-5183, email address michael.watson@charleston.af.mil or Gregg A. Anderson, Contracting Officer, Phone 843-963-5156, email address gregg.anderson@charleston.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://public.charleston.amc.af.mil/organizations/437AW/437MSG/437CONS/index.htm, and the Small Business Administration (SBA) web site: http://www.sba.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/437CONS/Reference-Number-F1M3T45263A100/listing.html)
 
Place of Performance
Address: Charleston AFB, South Carolina
Zip Code: 29404
Country: United States
 
Record
SN00902214-F 20050924/050922215007 (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.