Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
MODIFICATION

28 -- 1000 Isuzu diesel engines, Model No. C-240PW-28 - EXTENTED THROUGH 9 DECEMBER 2005 AT 1200 EST

Notice Date
12/7/2005
 
Notice Type
Modification
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T06QB403
 
Response Due
12/9/2005
 
Archive Date
2/7/2006
 
Point of Contact
mark junda, 7325328344
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(mark.junda@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis This is a combined synopsis/solicitation for commercial hardware 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 ar e being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The number assigned to it this solicitation W15P7T-06-Q-B40 3. The proposed action is for a firm fixed price type contract for 1000 Isuzu diesel engines, Model No. C-240PW-28, CAGE 4N530, 4 cycle, liquid cooled, 4 cylinder, naturally aspired, 145 Cubic Inch, 4.02 inch stroke, 3.39 inch bore, CCW rotating, SAE #4 Fl ywheel Housing, 32 BHP at 1800 RPM, 491 pound engine. This action is for limited competition between any vendor with a business relationship with Isuzu. Isuzu is the only manufacturing source listed on the Source Control Drawing (SCD) for this diesel eng ine. Isuzu is the only source that possesses technical data (drawings or specifications) that completely defines the form, fit, and function (F3) of this item. The SCD contains Isuzus commercial part number (C240PW-28), and specific engine calibration an d painting requirements. The SCD provides top-level information on the required item, but does not provide detailed manufacturing, testing or acceptance data that would be needed by any other source to manufacture this item. Only Isuzus diesel engine meet s all of the Governments performance requirements. Isuzu manufactures this diesel engine from a standard product line, customizing the engine for the Governments applications using parts from a standard set of accessories and alternative parts. There a re no nationally recognized industry standards or specifications that define the F3 of this diesel engine. Failure to acquire these diesel engines will result in a lack of equipment needed to provide power to the 15kW Tactical Quiet Generators (TQG). Note , the Isuzu supplied mechanical governor components that are not used in the 15 kW TQG configurations shall be removed from the engine prior to preservation and packaging. A plate or other sealing stiff protective material shall be installed in place of t he governor components to protect internal components of the engine. The standard commercial warranty applies to this procurement, and the warranty period shall be a minimum of one year. Any changes or modifications from the C-240PW-28 shall be submitted in writing to the Government IAW 52.212-4(c) Changes. Packaging shall be in accordance with MIL-STD-129 level A, Military Special Packaging Instructions (SPI) AG000000605. Barcode markings shall be done in accordance with MIL-STD- 130 L. The contractor shall provide UID, or DoD recognized unique identification equivalent, for all items delivered with an acquisition cost of $5000 or more. UID markings shall be IAW MIL-STD-130L with change 1. UID Data Submittals: The contractor shall enter the UID data s ubmittals into the Wide Area Work Flow (WAWF) system. See the DoD website for the latest information http://www.acq.osd.mil/uid. When UID markings are required for embedded items in this contract then the contractor shall supply the data required IAW with CDRL for DI-MGMT-80177A and this SOW. The contractor shall apply passive RFID tags to all items identified under the contract shipped to DoD IAW MIL-STD-129P w/Change 3, Paragraphs 4.9 through 4.9.4. Shipments will be made as FOB Destination with Inspec tion/Acceptance FOB Source. All items shall be shipped to New Cumberland Facility, New Cumberland, PA. One hundred (100) units must be delivered 300 days after contract (DAC) award, and 100 per month thereafter. Expedited delivery is encouraged at no ad ditional cost to the Government. All responsible sources may submit a quotation, which shall be considered by the agency. Offerors are r equired to complete and submit a copy of the FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items; this provision is to be sent as a separate electronic attachment. Proposals must be submitted via email to mark.junda@mail1.mo nmouth.army.mil, by 7 December 2005 at 1600 EST. The anticipated award date is on or around 12 December 2005. The NAICS code for this acquisition is 333618 with the small business size standard being under 1000 employees. Please contact Mark Junda, mark.j unda@mail1.monmouth.army.mil, 732-532-8344, with any questions or concerns. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from C-E LCMC t o industry. All parties interested in doing business with C-E LCMC are invited to access, operate, send and receive information from the IBOP at https://abop.monmouth.army.mil. Additionally a copy of MIL-STD-129 level A, Military Special Packaging Instruc tions (SPI) AG000000605, as well as clauses in full test, are available through the IBOP. FAR 52.212-2 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, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price 2. Delivery Schedule 3. Past Performance (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the of fers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses are incorporated: 52.7033 (Full Text Attached), 52.7037 (Full Text Attached), 52.7041 (Full Text Attached), 52.7047 (Full Text Attached), 52.7048 (Full Text Attached), FAR 52.242-15, FAR 52.247-34, FAR 52.247-48, 52.7055 (Full Text Attached), 52.7080 (Full Text Attached), DFARS 252.204-7003, FAR 52.212-4, FAR 52.212-5, FAR 52.203-6, FAR 52.219-8, FAR 52.219-9, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-1, FAR 52.225-5, FAR 52.225-13, FAR 52.232-33, FAR 52.247-64, 52.6115 (Full Text Attached), DFARS 252.205-7000, DFARS 252.243-7001, DFARS 252.247-7023, FAR 52.209-6, FAR 52.225-8, FAR 52.252-2, DFARS 252.212-7000, DFARS 252.217-7026, DFARS 252.247-7022, FAR 52.209-5, FAR 52.212-3, FAR 52.215-6, FAR 52.222.25, FAR 52.223-13, FAR 52.212-1, FAR 52.233-2, FAR 52.252-1, DFARS 252.212-7001, FAR 52.203-3, DFARS 252.205-7000, DFARS 252.225-7001, DFARS 252.226-7001, DFARS 252.232-7003, DFARS 252.247-7024, FAR 52.227-1, FAR 52.227-2, FAR 52.227-3, FAR 52.227-6, FAR 52.227-9, DFARS 252.203-7002. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-DEC-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.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T06QB403/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00947852-F 20051209/051207214724 (fbodaily.com)
 
Source
FedBizOpps 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.