Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2007 FBO #2075
SOLICITATION NOTICE

28 -- Marine Diesel Engine Remanufactured Rebuild

Notice Date
7/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Miami, 909 SE First Avenue, Room 512, Miami, FL, 33131-3050, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG21-072873HBD37
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation. Price quotes are being requested and a written solicitation will not be issued. This solicitation, Marine Diesel Engine Remanufactured Rebuild is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. Federal Acquisition Regulations (FAR) clauses and provisions are available via internet address: http://www.arnet.gov/far/. This acquisition is 100% set-aside for small business concerns. Then North American Industry Classification System (NAICS) is 333618 and Small Business Size Standard is 1,000. The contract will be awarded using simplified acquisition procedures in accordance with FAR 13. This acquisition is for a 3208 Caterpillar Marine Diesel Engine Remanufactured Rebuild in accordance with the specifications provided below. Work is to be started as soon as possible. The POC for any work related questions is Raymond Foresman at 305.535.4446 or e-mail Raymond.h.foresman@uscg.mil and any procurement questions contact Vincent Rodriguez at 305.415.7084 or e-mail Vincent.r.rodriguez@uscg.mil. SPECIFIC WORK SCOPE REQUIREMENTS MARINE DIESEL ENGINE REMANUFACTURED REBUILD A. ENGINE SPECS 1. MODEL # 3208 (MARINE ENGINE) 2. SERIAL # 01Z04261 3. AR.#1W9350 4. FUEL TIMING 18.0BTDC 5. POWER (HP) 355 6. STATIC FUEL SETTING 5.55MM 7. MAX ALTITUDE 1500M 8. BARE ENGINE HIGH IDLE RPM 2800 9. FULL LOAD RPM 2800 10. PERFORMANCE SPECIFICATION 0T4359 B. REQUIREMENTS 1. CONTRACTOR SHALL PROVIDE A PLACE, BUILDING, OR SHOP, TO RECEIVE ALL 3 CATERPILLAR DIESEL MARINE ENGINES. 2. CONTRACTOR WILL PROVIDE STORAGE FOR EACH ENGINE. 3. CONTRACTOR SHALL PROVIDE ALL LABOR, EQUIPMENT, SPECIAL TOOLS, AND MATERIAL REQUIRED TO DISASSEMBLE, CLEAN, INSPECT, (OVERHAUL) REASSEMBLE, 4. DYNAMOMETOR TEST, SUPPLY USCG TEST REPORT, PAINT EACH ENGINE. NOTE: CATERPILLAR SHORT BLOCK OR LONG BLOCK CAN BE USED. C. MANDATORY PARTS REPLACEMENT 1. ALL BEARING AND BUSHING 2. ALL DRIVE BELTS 3. ALL HOSES AND HOSE FITTING, HOSE CLAMPS 4. ALL O RING, SEALS, GASKETS, GASKET KITS 5. CRANK CASE BREATHERS 6. ALL FILTERS, LUBE OIL, FUEL OIL, WATER FILTERS 7. CONTROL SWITCHES, TEMP SWITCHS, PRESSURE SWITCHES, SHUT DOWN SWITCHES, STARTER SWITCHES, AND SOLENOID SWITCHES. 8. THRUST PLATES 9. PETCOCKS 10. CAP, HEAT EXCHANGER 11. ZINCS 12. WEAR SLEEVES 13. THERMOSSTATS D. REBUILDABLE ENGINE HANG ONS 1. TURBO CHARGERS 2. FUEL PUMPS AND GOVERNOR ASSEMBLY 3. FUEL INJECTOR/ NOZZLES 4. LUBRICATING OIL 5. FRESH WATER PUMP 6. SEA WATER PUMP (JABSCO) 7. HYDRAULIC OIL PUMP 8. CYLINDER HEADS 9. ALTERNATORS 10. ELECTRIC STARTERS 11. INTAKE MANIFOLDS 12. EXHAUST MANIFOLDS 13. HEAT EXCHANGER ENGINE LUBE OIL COOLER 14. HEAT EXHANGER AIR COOLER 15. HEAT EXCHANGER TRANSMISSION OIL COOLER 16. ENGINE PULLEYS/ VIBRATION DAMPERS E. ITEM ACCOUNTABILLITY 1. CONTRACTOR SHALL ACCOUNT FOR ALL ITEMS RECEIVED, INCLUDING THOSE ITEMS WITH IDENTITY CHANGES DUE TO MODIFICATION. 2. MATERIAL OR PARTS COMDEMNED AS UNSERVICEABLE AND NOT REPAIRABLE AS THE RESULT OF ANY INSPECTION PROCEDURES SHALL BE HELD FOR INSPECTION BY U.S.C.G. PERSONAL. DISPOSITION INSTRUCTIONS FOR THIS MATERIAL SHALL BE PROVIDED WITHIN (05) WORKING DAYS AFTER INSPECTION. 3. ITEMS MISSING ON INVENTORY. WHEN A COMPONENT OR SUBASSEMBLE IS FOUND MISSING UPON RECEIPT INSPECTION AT CONTRACTORS. THE CONTRACTORS SHALL NOTIFY U.S.C.G. OF SHORTAGE AND REQUEST INSTRUCTIONS. 4. THE CONTRACTOR HAS (20) WORKING DAYS TO COMPLETE DISSEMBLE ENGINES AND ENGINE COMPONENTS 5. THE CONTRACTOR HAS(30) WORKING DAYS TO COMPLETE RE-ASSEMBLE, ALL (3) ENGINE 6. THE CONTRACTOR HAS (15) DAYS TO DYNO TEST ALL 3 ENGINES 7. CONTRACTOR HAS (07) DAYS TO PREP AND PAINT ALL 3 ENGINES F. PREARATION FOR DELIVERY NOTE: AFTER COMPLETION OF THE FINAL TEST RUN OF EACH ENGINE SHALL BE PREPARED AND PAINTED AS FOLLOWS: 1. ALL LOOSE SCALE PAINT SHALL BE REMOVED. 2. ALL SURFACES SHALL BE CLEANED OF GREASE AND OIL. 3. THESE ITEMS SHALL BE MASKED AND NOT PAINTED. THEY ARE RUBBER HOSES, WIRE, ALTERNATOR, STARTER LUGS, WATER VALVES, FUEL SIGHT GLASS, ALL IDENIFICATION PLATES AND TAGS, FRONT AND REAR SEALS. 4. ALL EXPOSED METAL SURFACES SHALL BE PRIMERED PAINTED WITH ONE COAT (2-3MIL) OF PRIMER DESIGNED TO BE COMPATIBLE WITH THE PAINT COAT. 5. TWO COATS OF CATERPILLAR YELLOW APPROXIMATELY TWO MILS EACH (TOTAL THICKNESS 3-5 MILS) SHALL BE APPLIED ON ALL PRIMED SURFACES. 6. THEIR MUST BE DRYING TIME OF (07 HOURS) PER COAT OF PAINT. 7. WHEN ALL PAINT IS DRY, THE MASKING SHALL BE REMOVED. 8. COAT ALL UNPAINTED METAL SURFACES WITH A LIGHT AMOUNT OF GREASE, EXCEPT FOR SURFACES 9. PLUG OR CAP ANY FITTINGS/ FLANGES OR OPENING THAT ALLOW SEEAGE FROM ENGINE DURING SHIPPING 10. ALL TRANSPORTIONATION AND GOVERNMENT BILL OF LADING (GBL) SHALL BE ARRANGED BY U.S.C.G. G. WARRANTY 1. CONTRACTOR MUST WARRANTY PARTS, LABOR, MATERIAL FOR DEFECTS (6) MONTHS The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.204-6 Data Universal Numbering System (DUNS) Number (OCT 2003) FAR 52.204-7 Central Contractor Registration (JUL 2006) Mandatory Registration FAR 52.212-1 Instruction to Offerors-Commercial Item (JAN 2006) FAR 52.212-3 Offerors Representations and Certifications Commercial items (JUN 2006) Offeror(s) must include a completed copy of this provision with their quote. Contractors are encouraged to submit on-line at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUN 2006) The following clauses listed in 52.212-5 are incorporated: FAR 52.219-1 Small Business Program Representations (APR 2002) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUN 2004) FAR 52.222-21Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (APR 2002) FAR 52.225-1 Buy American Act Supplies (JUN 2003) FAR 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (OCT 2003) Company quotes should include the solicitation number, the time specified in the solicitation for receipt of offers, the name, address and telephone number of the offeror, and completed copy of the representations and certifications at FAR 52.212-3, and a price quote. Vendor must be registered in Central Contracting Registration @ www.ccr.gov as indicated in the FAR 52.204-7. Closing date and time for receipt of quote is August 31, 2007
 
Place of Performance
Address: 100 MacArthur Causeway, Miami Beach, FL
Zip Code: 33139
Country: UNITED STATES
 
Record
SN01357255-W 20070802/070731220633 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.