Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

J -- REPAIR AND MAINTENANCE OF EIGHT (8) 1000 KW CATEPILLAR INDUSTRIAL, 3512 EPG DIESEL ENGINE GENERATORS.

Notice Date
8/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258309R0051
 
Response Due
8/31/2009
 
Archive Date
9/15/2009
 
Point of Contact
Magdalena Evangelista 805-982-5077
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 13.106 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the Request for Quotation (RFQ) for the required item under RFQ N62583-09-R-0051, REPAIR EIGHT (8) 1000 KW CATEPILLAR INDUSTRIAL, 3512 EPG DIESEL ENGINE GENERATORS. A subsequent solicitation document will not be issued. The solicitation is unrestricted. The North American Industry Classification System (NAICS) code is 811310 and the size standard is $7 million dollars.Repair and Maintenance of eight (8) 1000 kW, Caterpillar Industrial, 3512 EPG diesel engine generators, (arrangement number 197-9048) are made usable and reliable using the original equipment manufacturer (OEM). These diesel generators will serve as emergency backup units for supplying backup power to "Critical" loads. The existing units are currently being imported from Europe and will have a completed EPA Form 3520-21 attached to each unit. The last available records indicate that the units have running hour counts between 3 to 6 thousand hours of use. Option items listed below shall be priced separately for evaluation purposes and may be exercised unilaterally by the Government only at the time of the basic contract award. Work shall be completed within 30 days after receipt of the unit to be overhauled in plant at the contractor's facility. Shipment of all units to the contractor's facility will be arranged by Government representatives and at Government expense. The eight Caterpillar units will be shipped to the vendor's facility by truck after award. There will be the need for crane service to unload the various containers. Inspection and acceptance of the units and shipment to final destination will be F.O.B. origin, contractor's facility in accordance with FAR Clause 52.247-30. The contractor shall provide up to 12 months storage of the units pending disposition instructions for shipment to final destination at no additional cost to the Government. Best commercial warranty terms and conditions are requested. Offerors shall provide their proposed written warranty with the quoted price. A firm fixed price contract is anticipated. Inspections performed by the Navy do not indicate any condemning corrosion or deterioration of the mechanical or electrical systems. Currently there are no batteries, coolant, or usable fuel oil or lubrication oil in the units. It is believed that the fluids currently in these units are for the purpose of preserving the unit during the lay up period. There is some minor corrosion of exterior surfaces on some of the eight units; some units have a small amount of salt precipitate that should be removed. Areas that are affected by salt and other areas that have corrosion should be repaired and repainted if needed. Visual inspection performed by the Navy indicates some anomalies, listed below. All electrical generators were insulation tested and conformed to IEEE standards. Known Anomalies: ?Fan end crankshaft seal oil leak on Unit 3.?Rotating rectifiers electrical screw connections are corroded on all units. ?Caterpillar brand radiators on three of the four units have corrosion. ?Radiator fins have been rolled over by fork lift forks on the four aftermarket radiators. ?Missing radiator mounting leg cross brace bolt on one aftermarket unit.?Broken bolt on the after-cooler/intake manifold flange on Unit 6 ?Four of the units currently have no silencers. The scope of work shall include the following: ?Determine as close as possible the fuel consumption and elapsed running hours of each unit. ?Repair the "Known Anomalies."?Perform an inspection of each unit and load test each unit to 100 percent of its rated output for a minimum of one (1) hour each. This will require assembly of four of the unit's roof mounted horizontal radiators and associated plumbing, and filling all eight units with fluids.?Provide a report and a proposal of additional needed repairs to correct any other found anomalies. These repairs shall also include any work that is listed by Caterpillar as a regularly scheduled maintenance item in the Caterpillar "3512 Industrial and EPG Diesel Engines" of the Maintenance Interval Schedules" which are based on the running hours or fuel consumption determined in this requirement.?Provide proposal to procure and install four new Caterpillar sound attenuated enclosures to replace the modified ISO shipping containers of four of the eight units..Test generators per IEEE and Caterpillar Standards and provide the data in the report. Work must be completed within 60 days of delivery date of the 8 diesel engine generator sets to the contractor's repair facility. As an option, source test the eight units per EPA procedures for NOx, SOx, CO, PM10, VOC, and Formaldehyde. Required format of results will be provided at the time the option is exercised. Stack emissions information may be needed for permitting purposes. This solicitation incorporates FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212.5, 5252.232-9301 INVOICING PROCEDURES ELECTRONIC (NAVFAC October 2008); and 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008). The deadline for receipt of offers is 31 August 2009 at 1200 PST. Electronic offers via e-mail are authorized and shall be submitted to magdalena.evangelist@navy.mil prior to the above deadline. Please identify the above solicitation number in the e-mail subject line. Contract award is anticipated on or before 10 September 2009. Award will be made to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government. Notification of any changes (amendments) to the solicitation will be made only on the internet. It is the contractor's responsibility to check the website for any and all amendments to this solicitation. This office will no longer issue hard copy solicitations. By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quote. Through its submission, the vendor acknowledges the requirement that a prospective awardee must be registered in the Central contractor Registration (CCR) database prior to award, during performance and through final payment of any contract resulting from this solicitation, except for award to foreign vendors for work to be performed outside the United States. Lack of registration in the CCR database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-999-227-2423, or via the Internet at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258309R0051/listing.html)
 
Record
SN01923990-W 20090826/090825002122-5cf9f8e81a3092a1f616a0d2d21ab30f (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.