Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2007 FBO #2186
SOLICITATION NOTICE

28 -- Overhaul of Detroit Diesel Series 471 RC4A136794 Power Unit

Notice Date
11/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
336312 — Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ08T0009
 
Response Due
12/13/2007
 
Archive Date
2/11/2008
 
Point of Contact
Jackie Primer, 1-901-544-3340
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Memphis District
(jackie.primer@mvm02.usace.army.mil)
 
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will be issued. The solicitation number is W912EQ-08-T-0009 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No. 05-2499 Rev (6) dated 08/17/2007. This acq uisition is 100% set-aside for small business. The associated NAICS code is 336312 with a size of 750 employees. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronic ally, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all ch arges. The solicitation will be posted on or about November 19, 2007, at https://acquisition.army.mil/asfi-click on contracting opportunities search, enter W912EQ% in the solicitation number, click on the solicitation number, at the bottom for the next sc reen click on attachments, click on the pdf file and the solicitation will opening up. Perform Major in Frame Overhaul of the Detroit Diesel Series 471 RC 4A136794 Power Unit on Crane Barge 8501 SPECIFICATIONS Work to be performed includes performing major in frame overhaul of a Detroit Diesel series 471 RC 4A136794 Power Unit on Crane Barge 8501. The vessel will be docked or dry-docked at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109 and availabl e for contractor inspection at a time arranged with the barge master, Anthony Johnson, at 901-483-0019 and potential contractors. All work is to be performed at this location and completed between the times stated in the contract. Normal business hours at Ensley Engineer Yard are 0630-1700 Monday through Thursday. Contractor hours may be adjusted by coordinating with the EEY Supervisors and Security Personnel. GENERAL NOTES SAFETY REQUIREMENTS 1. Contractors are required to adhere to Corps of Engineers safety policies. Safety information can be obtained from Edward McNamara, Safety Officer, at 901-544-3601. a. ACCIDENT PREVENTION PROGRAM: Prior to work commencement, the contractors site-specific accident prevention plan is to be reviewed and found acceptable by the designated Government personnel. The US Army Corps of Engineers, Safety and Health Requiremen ts Manual, EM 385-1-1, 3 November 2003 Appendix A provides a Minimum Basic Outline for Accident Prevention Plan for accident prevention plans. b. ACCIDENT INVESTIGATIONS AND REPORTING: Report all accidents immediately to the Contracting Officer. Additionally, the contractor shall thoroughly investigate the accident and submit the findings of the investigation along with appropriate corrective ac tions to the contracting Officer on ENG Form 3394 as soon as possible but no later than two [2] working days following the accident. Implement corrective actions as soon as reasonably possible. c. SUPERVISORS RESPONSIBILITIES: For job related injuries which require medical treatment, a supervisor of the injured employee shall accompany the injured employee to the medical treatment facility and explain the employees regular duties and the avail ability of Light Duty so the injured employee can return to work as soon as medically possible. d. MACHINERY AND MECHANIZED EQUIPMERNT: All equipment shall be inspected prior to use on this contract. All equipment shall be re-inspected prior to use any time it is removed and subsequently returned to the contract site for use. Documentation of equipm ent inspections shall be made available to the Contracting Officer upon request. All equipment shall be properly guarded. e. FIRST-AID/CPR REQUIREMENT S. Two employees shall be certified in CPR and first-aid pre shift/per site. 2. Contractor is to provide all labor and material for the entire scope of work. No government equipment will be available for contractor use. [Water and 110 volt access will be provided]. 3. The contractor will be responsible for damages and repairs to any Corps of Engineers equipment associated with the project. At project completion the Contractor and the Corps of Engineers designated employee will make a joint visual inspection of the pr oject location and needed repairs will be noted and made immediately. 4. Contractor will be responsible for containment and disposal of all waste generated during the project. No waste of any kind is to enter the lake. All waste will be disposed of in accordance of applicable EPA regulations. All sludge and contaminated fuel and water will be transported to an EPA registered facility for disposal. Copies of all manifests will be furnished to USACE - Memphis District. Any degreasing agents used must be environmentally safe. Scope of Work Perform Major in Frame Overhaul of the Detroit Diesel Series 471 RC 4A136794 Power Unit on Crane Barge 8501 PR&C 72998252 1. Disassemble engine, replace cylinder kits, cylinder head, oil cooler, oil pump, water pump, blower, fuel injectors, with remanufactured components. 2. Replace main bearings and rod bearings, thrust bearings, cam bearings, cooling system thermostats, jacket water heater and all necessary gaskets, hoses and seals with new parts. 3. Inspect gear train, camshaft, and crankshaft for possible replacement. 4. Reassemble engine and test run under load. 5. Overhaul both GM Power Take Offs on Detroit Diesel Power Unit, replace pilot bearing and shaft bearing and clutch plates. 6. Check and align fire pump and hydraulic pump. 7. Replace Dodge Donut coupling center connector. 8. Supplier will provide one year warranty on parts and labor. NOTE: Vessel will be available for work to be performed on, or about 22 January 2008, and should be completed in a two week period. END SCOPE OF WORK Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. 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 can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1  Instructions to OfferorsCommercial Items. FAR 52.212-3  Offeror Representation and CertificationsCommercial Items. FAR 52.212-4  Contract Terms and ConditionsCommercial Items. FAR 52.212-5  Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Lab or; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; Affirmative Action For Workers With Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer  Centra l Contractor Registration (CCR); FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.252-2 Clauses to Incorporate by Reference; 52.228-5, InsuranceWork on a Government Installation; 52.237-1 S ite Visit; FAR 52.236-12, Clean Up; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 13 December 2007 no later than 1:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ- 08-T-0009 addresse d to Jackie Primer, Contract Specialist, Phone (901) 544-3340, Fax (901) 544-3710, email address jackie.primer@mvm02.usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors ma y register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
Country: US
 
Record
SN01454989-W 20071121/071119225630 (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.