Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

28 -- Engine Block Assemblies

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
336312 — Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-07-P-0010
 
Response Due
4/12/2007
 
Archive Date
6/11/2007
 
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 Quote (RFQ) number W912LP-07-Q-0010. All proposals shall reference the RFQ number and shall be subm itted by 8:00 A.M. local time on 12 Apr 2007. The anticipated award date is 16 April 2007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-16 dated 22 Mar 2007. This soli citation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 336312 has a size standard of 750. The Iowa National Guard National Maintenance Training Center wishes to acquire 300(ea.) new or reconditio ned naturally aspirated 6.5 liter engine block assemblies. The proposed engine blocks can be an assortment of any of the following part numbers: PN: 12555547; Block Assembly 6.5 Liter, 1995, PN: 12557358; Block Assembly 6.5 Liter, 1996, PN: 12555549; Blo ck Assembly 6.5 Liter, 1997, PN: 12559369; Block Assembly 6.5 Liter, 1998 and above. National stock numbers are not available at this time. The engine blocks can be new or reconditioned, but must be the original equipment manufacturers (OEM) parts. The ven dor must provide a certification that the engine blocks being proposed are OEM parts. The engine blocks will be General Motor OEM blocks that will be standard or bored oversize to .020 in. (.50 mm). OEM or equivalent cam bearings will be installed by the vendor. Engine blocks will be align bored and decked as required. Engine block and bolt holes will be in like new condition. Cylinder bore finish to be 10-20 RA and Plateau honed. Cylinder blocks will be magna-fluxed. Blocks will be cleaned, preserve d and wrapped to keep clean during transportation and storage. The vendor must provide a limited warranty on all machine work imperfections. Vendor will deliver the engines to the National Maintenance Training Center (NMTC), 7105 NW 70th Ave, Johnston, I A 50131-1824. Pick-up and delivery times will be coordinated thru the NMTC and vendor when purchase order is awarded. The proposed delivery schedule is as follows: 50 engine blocks will be delivered to the NMTC no later than 15 May 2007, 75 engine block s will be delivered to the NMTC no later than 20 Jun 2007, 75 engine blocks will be delivered to the NMTC no later than 18 Jul 2007, 100 blocks will be delivered to the NMTC no later than 20 Aug 2007. The vendor must certify in their proposal that they ca n meet the aforementioned delivery schedule. The vendor should provide the Government with a firm fixed price per unit. The Government intends to evaluate proposals and award a purchase order without discussions, therefore, offerers initial proposal shou ld contain the offerors best terms. The following provisions and clauses will be incorporated into the solicitation by reference: 52.212-1, Instructors to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.204-4, Print ed or Copied-Double Sided on Recycled Paper. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-19, Child Labor- Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52 .222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Viet nam Era, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contracting Registration, 52.232-36, Payment by Thir d Party. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 52.219-4, Limitations on Subcontracting, 252.225-7012, 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payment Programs Certificate. 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program. Preference for Certain Domestic Commodities, 252.243-7002, Request for Equitable Adjustment, 252-247-7023 Alt III, Transportation of Supplies by Sea. Qualifying offers must meet the stated specifications and must be accompanied by the completed provision 52.212-3 or a completed registration on the ORCA website. See paragraph I of 52.212-3 for instructions. The following additional clauses and provisio ns are added in full text: 52.233-2, Service of Protest states- a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from USPFO Purchasing and Contracting Office, 7105 NW 70th Ave, Johnston, IA 50131. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address b elow. All answers (on a non-attribution basis) will be posted to http://216.81.179.134/ebs/advertisedsolicitations.asp. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address n oted above not later than 8:00 a.m., 11 Apr 2007. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of sol icitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Sign, date and submit the offer to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824. Submission by fax or e-mail is also acceptable. ATTN: TSgt Renee Berg, Contract Specialist at or before 8:00 a.m., 12 Apr 2007. For information regarding this solicitation contact TSgt Renee Berg at 515-252-4615, renee.berg@ia.ngb.army.mil or CW4 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
SN01262187-W 20070331/070329222435 (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.