Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

28 -- Diesel Engines

Notice Date
6/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AT828101A001
 
Archive Date
7/1/2008
 
Point of Contact
Leslie Richardson,, Phone: 850-283-8630, Melissa J Mullinax,, Phone: 850-283-8644
 
E-Mail Address
leslie.richardson@tyndall.af.mil, melissa.mullinax@tyndall.af.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Quotations shall include proposed delivery in days, pricing for the item(s) with shipping included in unit price, the company Tax Information Number and DUNS Number. The solicitation reference number is F4AT828101A001. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 333618. The business size standard is 1,000 employees. The Federal Supply Code (FSC) is 2815. The Standard Industrial Classification (SIC) is 3519. All items Detroit Diesel brand name or equal. ITEM 0001 - QTY 2 EA, Detroit Diesel 16V-92 TA Marine Turbo Aftercooled (MTA) engine. Model Number 8162-7400. - Mandatory extra material shall include the following groups: Marine Exhaust Mfld, Marine Turbo (06M07C1789), Water Connections, Hydraulic Governors (06N043129) are required to provide these engine specifications. - Power Choice/Material to include: Engine Mounts, Exhaust outlets, Flywheel, Fuel Filter and Lines, Raw Water Pumps, Starting Motors, Tach Drives, and Throttle Controls. - The engine build specifications must be modified for hydraulic governor packages by changing to 06N043129, 06N03 0663, 06M10 1458, and 06M07C1789. - The engines shall be manufactured to the original Detroit Diesel Company (DDC) serial number 16VF7381 configuration or UPC provided by DDC. - This procurement requires engine cores. - The engines shall be built with Genuine Detroit Diesel parts. - A one (1) year warranty must be provided at a minimum. - The old engine shall be available for return back to vendor 60 days after removal from vessel. This request for quotation consists of the following items, -or equal-: If submitting an -or equal- product, please supply manufacturer name and part number, and specifications if available. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. All quotes must reflect FOB Destination. IAW provision 52.212-2 Evaluation - Commercial Items, the following methods of evaluation will be used in order of importance: technical capability of the item offered to meet the Government requirement and price. The following provisions and/or clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at: http://www.arnet.gov/far. Offerors must comply with all instructions contained in FAR 52.203-3 Gratuities. FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability of the item offered to meet the Government requirement and price. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea (Alternate III). DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area Work Flow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Quotes may be transmitted by e-mail or to fax number (850) 283-8491. Quotes must be received at the 325th Contracting Squadron, LGCB flight, no later that 5:00 p.m. CST on 16 June 2008. The point of contact for this solicitation is Leslie Richardson, Contract Specialist, (850) 283-8630, leslie.richardson@tyndall.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fdce53294842c8e8378228d50b78db9e&tab=core&_cview=1)
 
Place of Performance
Address: Tyndall AFB, Florida, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN01588740-W 20080608/080606220044-fdce53294842c8e8378228d50b78db9e (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.