Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

J -- Removal, procurement, and installation of engines and transmissions.

Notice Date
7/11/2007
 
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-Q-0012
 
Response Due
7/26/2007
 
Archive Date
9/24/2007
 
Small Business Set-Aside
N/A
 
Description
(I)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 constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. (II) This solicitation is issued under Request for Quotation (RFQ) number W912LP-07-Q-0012. All proposals shall reference the RFQ number and s hall be submitted by 8:00 A.M. local time on 26 Jul 2007. The anticipated award date is 30 Jul 2007. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-17 dated 15 May 20 07. (IV) This acquisition is reserved for a small business concern; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small business concern participation, (minimum of two) award m ay be made to participating large business. The North American Industry Classification system code (NAICS) 336312 size standard of 750. (V) COMMERCIAL ITEM DESCRIPTION: The Iowa National Guard, National Maintenance Training Center has requested the removal of a non-working engine and transmission, and the procurement and installation of a new transmission and engine into two (2) M927A2 trucks as defined in Line Items 1-3. Line Item 1, Qty- 1 ea 8.3 L Engine, Part Number or Equal- DR26090RX. The vendor must provide a Cummins 8.3 Recon 05 Version engine or equivalent with the following capabilities: a. Minimum of 280 horsepower to 330 horsepower maximum b. Must develop and maintain 700-950 ft lbs of torque c. Must be completely electronic d. Vendor must pr ovide a minimum 2 year full warranty from date of installation e. Engine must have a SAE 2 flywheel housing f. Engine must have the capability to be electronically diagnosed with existing military testing equipment g. Engine must have the ability to run on JP-8 fuel h. An engine retarder is required i. An alternator is required that has 200 amp minimum and 260 amp maximum; Line Item 2, Qty- 1 ea, SL 9 L Cummins engine. Part Number or Equal- DR26094RX. A Cummins 9 L recon 05 version or equivalent eng ine with the following capabilities. a. The ability to produce a minimum of 300 horsepower to 380 horsepower maximum b. Must develop and maintain 950  1100 ft lbs of torque c. Must be completely electronic d. Vendor must provide a minimum two year full w arranty from date of installation e. Must have SAE 2 flywheel housing f. Engine must have the capability to be electronically diagnosed with existing military testing equipment g. Must be able to run on JP-8 fuel h. Must have an engine retarder i. An al ternator is required that has 200 amp minimum and 260 amp maximum; Line Item 3, Qty- 2 ea, Allison Transmission, Part Number or Equal- 3500 SP, An Allison transmission or equivalent with the following capabilities. a. Ability to withstand 350 maximum hors epower without failure b. Ability to withstand 950 to 1250 foot pounds of applied torque c. Ability to adapt to SAE 2 flywheel housing d. Vendor must provide a two year full warranty e. Must be completely electronic f. Transmission must have the capabil ity to be diagnosed with existing military testing equipment; Line Item 4, Contractor Manpower Reporting. The vendor may charge the Government a fee for compliance with Contractor Manpower Reporting (CMR). All bidders must submit an amount or a waiver of the fee in their proposal, the amount will be taken into consideration during price evaluation. The report is only required to be completed by the awardee. Contractor Manpower Reporting is an Army Initiative that was implemented on Mar 8, 2005 to obtain better visibility of the contractor service workforce from Contractors supporting the Army. Please read the implementation language below, it will include th e web-site address in which the information is entered. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (inc luding subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. Reporting period will be the period of performance not to exceed 12 months ending 30 Sep of each government fiscal year and must be reported within 30 days of the last day of the period of performance of the purchase order. The following information is data you will need p ertaining to this particular purchase order when filling out CMR. Contracting Office, Contracting Officer, Contracting Officers Technical Representative. Contract number, including task and delivery order number; Beginning and ending dates covered by reporting period; Contractor name, address, phone number, e-mail add ress, identity of contractor employee entering data; Estimated direct labor hours (including sub-contractors); Estimated direct labor dollars (including sub-contractors); Total payments (including sub-contractors); Predominant Federal Service Code (FSC) re flecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); Estimated data collection cost; Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for purposes of reporting this information); Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website);Presence of deployment or contingency contract language.Number of contractor and sub-contractor employees deployed in theater this reporting period (by country).The Command is HQDA (VI) The vendor must provide all manpower to include the following: a. Removal of the old engines, transmissions , and associated hardware. b. Fabrication of any necessary brackets, mounting hardware, cooling system, electrical wiring, or any other component required to accommodate the installation of the above listed engine and transmission in the following trucks: M939A0/1 and M939A2. c. The Government retains the right if required, to all fabricated brackets, fittings, wiring looms, water and air piping, removal and installation instructions, and any or all drawings that pertain to those items. d. The vendor mu st utilize the existing propeller shaft configuration. e. If possible, the existing A/C must be utilized. f. Minimal or no sheet metal change. g. The existing power plants consist of either of the two below combinations: NH 250 Cummins Engine and MT 654 CR Allison Transmission. or CTA8.3 Cummins Engine and MT 654CR Allison Transmission. h. All items must meet the requirements as outlined in the documents attached on the following website http://216.81.179.134/ebs/advertisedsolicitations.asp (VII) Delivery Information- The vendor will be responsible for the pick up and delivery of the abovementioned items to the NMTC located at 7105 NW 70th Ave, Johnston, IA 50131-1824. Vendor must provide the required items by 15 Oct 2007. (VIII) The follo wing provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial (IX) 52.212-2, Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confor ming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers; Past Performance and Price. Past performance will be rated approximate ly equal to price. The offeror shall submit (with quote) past/present performance narratives for the firm on not less than three (3) or more than five (5) contracts that demonstrate a minimum of five years experience with a Federal Agency in performing wo rk that is similar in scope, size complexity, and client type to the requirements of the Statement of Work (SOW) Include awards, customer letters of commendation, etc., with points of contact e-mail addresses and telephone numbers. (X) FAR 52.212-3 (Alt 1 ), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx)). (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orde rs-Commercial Items. Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copie d Double-Sided on Recycled Paper; 52.219-6, Notice of Total Small Business Set-aside; 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 Seg regated Facilities; 52.222-26, Equal Opportunity; 52.222-25 Affirmative Action, 52.222-22, Previous Contracts and Compliance Reports; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam 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 Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party; 52.222-42, Statemen t of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment; The following clauses and provisions are also incorporated by reference: 52.232-18, Availability of Funds; 52.252-1, Provisions incorpo rated by Reference; 52.252-2, Clauses Incorporated by Reference; The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial It ems (DEVIATION) are applicable; 52.203-3, Gratuities; 252.225-7012,Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The following additional clauses and provision s are added in full text: 52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824). (XIII) Changes/amendments, wage determination, technical documents, questions and answers, will be posted on the following websi te: http://216.81.179.134/ebs/advertisedsolicitations.asp 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 above. All answers (on a non-attribution basis) will be contained in a document titled Ques tions and Answers. Offerors are requested to submit questions to the email address noted below not later than 4:00 p.m., 25 Jul 2007. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an ame ndment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A (XV) N/A (XVI) Sign and date y our offer, the offer must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: TSgt Renee Rausch, Contract Specialist at or before 8:00 a.m., 26 Jul 2007. (XXVII) For information regarding this solicitation contact TSgt Renee Rausch, renee.berg@ia.ngb.army.mil or CW4 Mark Thompson at mark.thompson@ia.ngb.army.mil.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
Country: US
 
Record
SN01339511-W 20070713/070711224247 (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.