Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOLICITATION NOTICE

28 -- Refurbish Cummins (NHC 250 & 6CTAA 8.3L) Engine

Notice Date
2/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-09-R-5711
 
Response Due
2/19/2009 2:00:00 PM
 
Archive Date
3/6/2009
 
Point of Contact
Robert M. Parvin,, Phone: 785-274-1944, Linda M. Ehrhart,, Phone: 7852741542
 
E-Mail Address
robert.parvin@ng.army.mil, linda.ehrhart@ng.army.mil
 
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 as supplemented with additional information included in this notice. Simplified Acquisition Procedures will be utilized. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation W912JC-09-R-5711 is issued as a Request for Proposal (RFP). Base year contract begins April 2009 thru April 2010 with the option for four additional one-year periods. The additional one year contract options are exercised if the product performance and customer service from the contractor(s) is deemed to be of a satisfactory or better nature. This is a multiple vendor ID-IQ Contract (multiple contract award of two vendors utilizing LPTA selection standards) for refurbishment of the Cummins NHC 250 and the 6CTAA 8.3L Diesel Engine. The awarded contractor(s) shall have the capability to refurbish both types of engines (NSN 2815-01-074-4963 and 2815-01-374-7539). Estimated quantities: A maximum quantity of 300 units for the first base year and 300 units thereafter for every option year exercised; this number is an estimate and does not entitle an awarded contractor to an equitable adjustment if the maximum quantity is not ordered. The minimum quantity for the duration of this contract is 40 units total per awarded vendor. The vendor shall have the capability to refurbish a range of 1 to 25 engine cores at one time. The turn-around time for completion in accordance with KS RSMS standards is within 30 days of core pickup. The KS RSMS shall supply vendors a core engine with all hang-on components to include the starter, fuel pump, generator, belts, and hoses, but without the radiator. If the vendor(s) find the core engine unserviceable it shall be annotated as such and sent back to the KS RSMS for a replacement. The KS RSMS annual production schedule will determine the engine model that is to be refurbished. The engine cores will be shipped to the contactor at Government expense in weather protected wooden containers. Upon refurbishment of the asset(s), the contractor(s) shall be required to ship the asset to: KS RSMS, Bldg 1598, Camp Funston, Fort Riley, KS 66442-0345, return shipping charges incurred are at contractor(s) expense and should be considered when submitting a bid. Inspections: The awarded contractor(s)(s) will perform an initial inspection of the using applicable repair manuals: TM 9-2320-272-24-1 through -4, LO 9-2320-272-12, and DMWR 9-2815-358 and -500. The below specifications in the SOW while critical information to a vendor submitting a proposal is not all inclusive and questions on standards for repair should be referenced in any of the above listed technical manuals. Engine: The engine will be disassembled, cleaned and inspected. The engine heads, crankshaft, and rods will be inspected by using the magnaflux method of crack identification. Heads and blocks will receive special cleaning. Heads will be disassembled, cleaned and inspected. Heads, valves, and guides that meet inspection requirements will be resurfaced when necessary. Heads and valves not meeting inspection requirements will be replaced. All heads will be pressure tested. All pushrods will be inspected for serviceability and replaced as needed. All counter bores will be inspected with a micrometer to determine serviceability. All expansion plugs and bearings will be replaced. All valve seals will be replaced. All springs will be tested and replaced as necessary. All freeze plugs will be replaced. All crankshafts and rods will be gauged with a micrometer to ensure that they are within applicable specifications. Crankshafts will be cleaned and inspected. Crankshafts will be polished. Crankshafts not meeting inspection requirements will be replaced or machined to proper size. All crank shaft bearings will be replaced. Connecting rods will be removed, cleaned and inspected for serviceability and replaced as needed. Pistons and cylinder sleeves will be replaced. All piston rings will be replaced. All rods will receive new bushings. Camshaft, gears, and valve tappets will be replaced. All camshaft bearings will be replaced. Engines will be reassembled with all gaskets and seals replaced. After engine rebuild is completed, all engines will receive an initial run and test on the dynamometer. Engines not meeting initial run or dyno standards will be repaired as necessary. A copy of the final dynamometer report will be provided to the customer (KS RSMS). Paint (Exterior): Engines will be cleaned and then painted with Cummins Tan engine paint color and packaged individually. Lubrication: Lubricate engine IAW the applicable Lubrication Order, using prescribed lubricants that comply with the applicable military specifications. No lubricants will be reused. Decals and Data Plates: All required data plates and decals would be mounted IAW the proper TM. Data plates and decals will be replaced only if unserviceable. Engine Components: 1) Cooling System: Cooling system will be thoroughly cleaned by vatting and flushing of the block. The cooling system will be free of leaks and contamination and will be capable of maintaining the operating temperature of the engine. All water pumps will be replaced. All hoses will be replaced. 2) Engine Oil Pump: All oil pumps will be replaced. 3) Fuel Systems: Fuel system components must operate within limits prescribed by applicable TMs. Fuel or injectors pumps will maintain engine rpm within operational limits for engines and accessories IAW with applicable TM. Fuel or injector pumps not meeting required specifications will be repaired to meet the required specifications or be replaced. Fuel or injector pumps must stabilize engine after full throttle operation is reached. Unit will be sealed properly. All injectors will be replaced. 4) Compressed Air Systems: Compressed air system components must operate within limits prescribed by applicable TMs to provide and maintain operating air pressure. Air compressor will be inspected for unusual noises and overheating. Air compressor will be inspected for serviceability and replaced as needed. 5) Pulleys and Belts: All drive belts will be replaced. Inspect pulleys for proper alignment and wear. 6) Exhaust System: Shall be free of exhaust leaks, cracks, and holes (other than drain). Mounting and connections must be secure. 7) Starters: All starters will be bench tested and checked for serviceability. Any evidence of dragging or unusual noise will be repaired or replaced. 8) Generators: All generators will be checked for serviceability. All generators will be tested, repaired or replaced as required. Clarification of Standards: This procedure is required to return an engine to a fully serviceable condition. The engine will be rebuilt to all OEM torques and settings; therefore items received for repair will not be reconfigured to cause a change in the model designation. Inspections and Reports: After repair/repairs are completed, the awarded contractor(s) will perform a final inspection using KS RSMS inspection criteria (to be provided by KS RSMS). The engine core refurbishment must meet the minimal dimensional requirements of the print. If repairs cannot be completed due to part non-conformance not covered, contractor(s) will contact KS RSMS for disposition. Awarded contractor(s) will also provide a weekly status report of each item. The weekly status report will include but is not limited to nomenclature, P/N, order #; qty left on order, qty at facility, lead time and estimated delivery date. Warranty: KS RSMS is requiring the awarded contractor(s) to provide a 1 year warranty from date of installation or 18 months from date of shipment from supplier (whichever occurs first) for each refurbished engine core.. The warranty will only be applicable to the workmanship and not misuse. If the part fails incoming inspection the KS RSMS will log the part and contact awarded contractor(s) to determine disposition. The contractor(s) must be able to service an engine within the warranty period on-site and should consider this factor when submitting a bid. First Article: First article to be provided to customer (KS RSMS) within 15 working days of core pick up for evaluation. Successful inspection of first article refurbished engine core and components by KS RSMS is required prior to award. All estimates submitted shall include the cost of the first article. Other Evaluation Requirements: Past performance information should include a list of prior contracts for this item awarded within the past 3 years if applicable. The information shall include a valid point of contact, mailing address, telephone number, contract number and dollar amount. Schedule: Offerors shall submit a delivery schedule and a price proposal for each repair, wherein shipping costs shall be included in the repair price. Offerors must submit a complete technical data package addressing the repair process, inspections, and reports as referenced. The proposal shall include pricing for the base year, option year one through the completion of option year four. In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. The NAICS is 333618. Proposals shall be evaluated as Lowest Price Technically Acceptable to the government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standard. For evaluation purposes, the lowest bid will be determined by totaling the price for the base and option years and dividing by 5 (years). This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-28 effective as of 12 Dec 2008. All clauses and provisions as of the date of the notice apply to this solicitation. The provision at FAR 52.212-3, Offerors Representations and Certifications applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor(s) Sales to the Government, with Alternate I. 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 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; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer –Central Contractor(s) Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. For technical questions please e-mail robert.parvin@ng.army.mil or linda.ehrhart@ng.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cab03f1e650636c22957c69e8a6abc1e&tab=core&_cview=1)
 
Place of Performance
Address: Bldg 1598, Camp Funston, FT Riley, Kansas, 66442-0345, United States
Zip Code: 66442-0345
 
Record
SN01751787-W 20090219/090217220353-cab03f1e650636c22957c69e8a6abc1e (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.