Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2009 FBO #2800
SOLICITATION NOTICE

J -- Rebuild of Cummins fuel injectors

Notice Date
7/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-09-T-0025
 
Response Due
8/11/2009
 
Archive Date
10/10/2009
 
Point of Contact
Ashlei McAllister, 6013131636<br />
 
E-Mail Address
USPFO for Mississippi
(ashlei.mcallister@us.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 not be issued. DESC: The requirement is for Rebuilding Cummins 250/800 Engine Injector Pumps and Rebuilding Cummins 8.3I Injector Pumps. Solicitation Number W9127Q-09-T-0025 applies and is issued as a Request for Quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is 100% set-aside for small business and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System (NAICS) code is 811111 size standard is $7.0M. The resulting contract will be a performance-based requirements contract, Base year with option to extend the contract 2 additional years for line items 0001 and 0002. Individual task orders shall be placed against the contract when the Government has a requirement for the services. Item 0001Base Year, 1 September 2009 through 31 August 2010, estimated quantity of 240 each. Quantity of 240 for option years one through two for Line Item 0001 for Rebuild Cummins 250/800 Injector Pumps. Item 0002 Base Year, 1 September 2009 through 31 August 2010, estimated quantity of 60 each for Rebuild Cummins 8.3I Engine Fuel Injector Pumps. Quantity of 60 for option years one through two for line item 0002. The resultant contract will be a Requirements Contract, Base Year with the Option to extend the contract up to two (2) years. Individual delivery orders shall be placed against the contract when the Government has a requirement for the services. Item/Clin 0001 Base Year, Estimated Quantity is 240. Item/Clin 0002 Option Years, Estimated Quantity is 60. The Mississippi Readiness Sustainment Maintenance Site (MSRSMS) will furnish the Injectors for rebuilding in the following condition: (see attached performance based statement of work) 0002 (see attached performance based statement of work) a. Vendor will pick-up and deliver to RSMS. b. Vendor will perform the following on Fuel Injectors for 250 Cummins Engines. Vendor will furnish all labor and materials. Vendor shall pay all transportation costs to and from MSRSMS, Camp Shelby, MS. (1) Break down, inspect, clean, and calibrate to the manufactures specifications. In some cases, a solenoid, dampener, or gear pump may be required and must be added. Pumps shall be warranted for 1 year. Vendor will provide all necessary materials and labor necessary to rebuild injectors. Vendor will replace as needed: plungers, springs, seals, and gaskets. Vendor will pick up injectors within 3 business days of being notified by RSMS. Minimum of 0 injectors weekly, maximum of 60 injectors monthly. Turn around time is 10 days from date of pick up unless otherwise specified by RSMS, Camp Shelby, Mississippi. The vendor will follow the Quality Assurance Surveillance Plan (see attached) Warranty pumps for one (1) year even with the use of JP-8 fuel. This solicitation will result in a contract being established for a Requirements Contract for the service/supplies and effective for the period stated. The quantities of supplies specified are estimates only. Except as this contract may otherwise provide, if the Governments requirements do not result in orders in the quantities described as estimated or maximum, that fact shall not constitute the basis for an equitable price adjustment. Any order issued during the effective period of this resultant contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after August 31, 2010; 52.217-9, Option to Extend the Term of the Contract (Mar 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed beyond August 31, 2012. The following Federal Acquisition Regulations (FAR) and (DFAR) provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52-212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Within this clause the following clauses apply: FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.222-3, Convict Labor; 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; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; Far 52.222-36, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds transfer other than Central Contractor Registration; FAR 52.232-36, Payment by Third Party; Far 52.239-1, Privacy or Security Safeguards; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial vessels, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within this clause the following DFARS clauses apply: DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.225-7001, Buy American Act and Balance of Payment Program. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil The cost proposal is due no later than 4:30 P.M., 11 August 2009 to USPFO-MS, Attn: Ashlei McAllister, P&C, 144 Military Drive, Jackson, MS 39232. Proposals may be faxed to (601) 313-1569. EMAIL IS THE PREFERRED METHOD at ashlei.mcallister@us.army.mil. Central Contractor Registration (CCR) is a MANDATORY REQUIREMENT for all DoD Government contracts. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding operation, etc. may be addressed to Willie Hinton (601) 558-2784; e-mail willie.hinton@us.army.mil. Questions regarding contractual documents may be addressed to Ashlei McAllister, Contract Specialist at: ashlei.mcallister@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-09-T-0025/listing.html)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS<br />
Zip Code: 39208-8860<br />
 
Record
SN01887534-W 20090727/090725233328-292de59431778ca0d1abbd0b94e400ae (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.