Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

23 -- REPOWER OF SUSV BV206

Notice Date
6/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
M33610 MARINE CORPS MOUNTAIN WARFARE TRAINING CENTER Marine Corp Mountain Warfare Training Center Bridgeport, CA
 
ZIP Code
00000
 
Solicitation Number
M3361010T0015
 
Response Due
6/16/2010
 
Archive Date
7/1/2010
 
Point of Contact
SSGT TONCU, CRISTIAN 760-932-1544
 
Small Business Set-Aside
N/A
 
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 not being requested and a written solicitation will not be issued. The Government intends to award on a sole source basis with Cummins West Inc for the SUSV-BV206 Repower citing Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit with only one, or a limited number of sources under the authority of FAR 6.302. To the best of the Government's knowledge, there are no other vendors that can satisfy this requirement. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov. This notice of intent is not a request for competition. However, all proposals received within the time frame specified in the combined synopsis/solicitation after date of publication of this synopsis may submit a capability statement in response to the above requirement with cost/price information before the expiration of this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.. All responding vendors must be Central Contractor Registered (CCR). It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed. The requirement consists of the following items: 1. Engine Assembly: -Remove existing Mercedes engine and all mounting hardware and replace with a new Cummins QSB 4.5 EPA certified Tier 3-Mount new engine with newly fabricated motor mounts and isolators, install remote oil and fuel filters, modified engine housing to fit the engine assy.( engine assy comes with the following components but not likmited to:alternator, starter, cylinder head, block assy, front housing rear gear train assy, flywheel, flywheel housing, turbocharger, intake manifold, exhaust manifold, oil pan, valve cover,engine mounts, fuel system, engine electronics, remote fuel filter, remote oil filter and new hardware.-Create engineer CAD drawings with componenet / major parts explosions.-Create modification photos and instruction sheets for fitment of new engine. 2. Transmission:-Remove existing/old transmission and make enw rear trasmission mount; install new electronic shifter in dash, install trasmission control module (TCM) custom wiring harness.-Replace with new Allison RDS (Rugged Duty Series) 2500 RDS.-Trasmission comes with the following but not limited to: trasmission control module, vehicle interface module, dipstick assy, shifter assy, wiring harness and new hardware.-Create engineer CAD drawings with component / major parts explosions.-Create modification photos and instruction sheets for fitment of new trasmission. 3. Differential / Drop Box:-Remove old differential install new fabricated differential with towing disconnect. Will mount in same location.-Fabricate new Drop Box and gears to handle increased torque of new engine package. New Drop Box will include Neutral Disconnect lever for towing capability.-New drop box includes the following but not limited to: all new internal gears, bearings, seals, disconnect lever, case half's and new hardware.-All new gearing will have Engineer / CAD drawings for cataloging. Will include parts books with explosions. 4. Driveline:-Remove old drive shaft and discard, design / fabricate and install with new driveshaft.-New driveshaft is larger to handle the added torque from engine.-Fabricated new driveshaft boot.-Includes the following but not limited to: U joints, input drive flange, output drive flange and new hardware. -Includes engineer / CAD drawings with cataloged parts explosions. 5. Air Intake System:-Make new charged air cooler tubes install new air filters into existing housing, replace with new hoses and clamps.-Replace the following but not limited to: air filters, new fabricated charge air tubes, hose clamps and new hardware.-Includes Engineer / CAD drawings with cataloged parts explosions. 6. Fuel System:-Add additional fuel pump and primary fuel filter.-Replace the following but not limited to: new fuel pump, external fuel hoses, add new flter with new WIF (water in fuel) sensor, new clamp as necessary.-Includes Engineer / CAD drawings with cataloged parts explosions. 7. Cooling System:-Replace radiator assy, nec to modify the opening to allow the larger cooling package, make new water tubes, install block heater, install new hyd motor for fan drive, plumb the trans heater and cooler with control valves mount trans cooler in rear of machine and re-duct air. -Replace the following but not limited to: new radiator assy, new charge air cooler assy, fan blade, hydraulic motor, fan belt, water tubes, hoses, trasmission oil cooler, transmission oil heater and new hose clamps.-Includes Engineer / CAD drawings with cataloged parts explosions. 8. Hydraulic System:-Design and install new hydraulic system that controls the cooling system. This system includes a 2 stage pump with control system, filter and hyd tank. Nec, to make new hoses and fittings.-Replace the following but not limited to: new 2 stage hydraulic pump, new hydraulic tank, new hoses, new fittings, new control system, new filter assy, mounting hardware.-Includes Engineer / CAD drawings with cataloged parts explosions. 9. Electric System:-Install new machine interface wiring harness; remove gauges that are nto needed in dash and install new engine monitor gauge, remove old battery cables and upgrade to a larger size.-Replace the following but not limited to: new interface wiring harness, new LCD engine monitor system, driver interface lights and new battery cables. -Identify all non-essential electronics and note the recommended removal for future operations. -Includes Engineer / Wiring diagram with cataloged parts explosions. Vendor will furnish all labor and materials. Vendor shall pay all transportation costs to and from MCMWTC, Bridgeport CA. The resulting contract will be firm fixed price. This is a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect FSC: 2990 NAICS: 811118, SIZE: 6.5. The provision of 52.212-1, Instruction to Offers-Commercial Items, applies to this acquisition and a statement regarding any addenda to the provision. (i) The provision 52.212-2, Evaluation -Commercial Items, applies to this procurement. The evaluation procedure to be used for this procurement is price and price related factors. (ii) Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with offer. (iii) Clause 52.212-4, Contract Terms and Conditions - Commercial, applies to this acquisition. (iv) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items, applies to this acquisition. (v) Clause 52.247-34, F.O.B. Destination. (vi) Clause 52.504-7, Central Contractor Registration. (vii) Clause 252.212-7001, Contract terms and conditions required to implement statues or executive orders applicable to defense acquisitions of commercial items. (viii) Clause 52.222-3, Convict Labor. (ix) Clause 52.222-19, Child Labor-Cooperation With Authorities and Remedies. (x) Clause 52.222-21, Prohibition of Segregated Facilities. (xi) Clause 52.22-26, Equal Opportunity. (xii) Clause 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (xiii) Clause 52.222-36, Affirmative Action for Workers With Disabilities. (xiv) Clause 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (xv) Clause 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. (xvi) Clause 52.225-1, Buy American Act - Supplies. (xvii) Clause 52.211-6, Brand Name or Equal. (xviii) Clause 252.204-7004, Alternate A. (xix) Any additional contract requirement(s) or determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included herein. (xx) DFARS 252.232-7003, Electronic Submission of Payment Request. (xxi) The above provisions and clauses can be found at http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M33610/M3361010T0015/listing.html)
 
Place of Performance
Address: MARINE CORPS MOUNTAIN WARFARE TRAINING CENTER, BRIDGEPORT, CA
Zip Code: 93517
 
Record
SN02175408-W 20100613/100611234811-1b0287f51532b4826b13bd9b0df3c3ca (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.