Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1999 PSA#2380

United States Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200

J -- COMBINED SOLICITATION/SYNOPSIS FOR CUMMINS DIESEL ENGINE 430 HORSEPOWER UPGRADE TO BE INSTALLED ON USAF SUPPLIED 1991 KENWORTH TRUCK/TRACTORS WITH ENGINE N14-330HP, CPL #1380 FOR MINOT AFB, ND. SOL F05604-99-T-2641 DUE 071999 POC Fred Blue, Contract Specialist, Phone (719) 556-7586, Fax (719) 556-4538, Email Fredrick.Blue@spacecom.af.mil -- Larry Ozburn, Contract Specialist, Phone (719) 556-4528, Fax (719) 556-4538, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F05604-99-T-2 641&LocID=477. E-MAIL: Fred Blue, Fredrick.Blue@spacecom.af.mil. Engine Synopsis/solicitation: DESC: 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; proposals are being requested and a written solicitation will not be issued. This solicitation, F05604-99-T-2641 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. The Standard Industrial Classification Number is 7538 and the Business Size Standard is $5.0M. The proposed contract listed here is Unrestricted. NON-PERSONAL SERVICES: The contractor shall provide all labor, personnel, tools, materials, and new parts to upgrade Cummins diesel engines on four (4) 1991 Kenworth Truck/Tractor with engine N14-330HP, CPL 1380, TO a 430 HP engine upgrade package consistent with current CPL specifications for that engine family IAW Statement of Work (SOW). Vehicles are located at Minot AFB, Minot, ND. Government personnel will deliver and pickup vehicles from the Cummins Certified Service Facility which can perform the upgrade which is most advantageous to the Government considering price and other factors. All work will be accomplished by mechanics bearing current Cummins Diesel certification. SOW TASKING INCLUDES: Delivery of published technical data (in binder form) to the respective Space Wing point of contact on the new configuration operation and service requirements, including full listing of part numbers for all new parts installed; test result performance data sheets from both pre-modification and post modification dynamometer tests; and a summary invoice detailing parts and labor accomplished. Only Cummins Diesel OEM certified parts will be used/installed. Horsepower upgrade effectiveness will be verified by the post modification dynamometer test. If in the event the servicing contractor discovers mechanical deficiencies affecting the success of the upgrade, they shall contact the Contracting Officer for direction on funding and authorization before conducting any such repairs. SOW JOB ACTIVITIES INCLUDE: (a). Accuracy check/calibration of transmission and engine temperature gauges; (b) Remove/replace 330hp fuel injectors with 430hp injectors; (c) Remove/replace 330 hp turbocharger with 430hp turbocharger; (d) Remove/replace or recalibrate as necessary the 330hp-step time control valve with 430hp-step time control valve and advance engine to proper spec when engine is cold; (e) Remove and recalibrate the 330hp-fuel pump, install appropriate parts for 430hp configuration; (f) Inspect coolant/change filter Supplemental Coolant Additive to proper spec; (g) Check lube oil pressure at operation temperature; (h) Check for oil, air and coolant leaks; (i) Check belts and adjust belt tension to manufacture_s OEM specification; (j) Check/calibrate operation of all engine gauges; (k) Inspect intake system and manifold; Inspect exhaust system and manifold for leaks; (l) Perform full pre-and post modification dynamometer tests and provide copy of results with deliverable data package in binder form as specified above; (m) Perform performance tests, to include blow by, boost, STC rail pressure, fuel rate; include test results with deliverable data package in binder form as specified above; (n) Change oil/oil filter; fuel filter and air filter; (o) Modification must meet or exceed EPA requirements for model year and engine configuration; (p) Annotate engine serial plate with correct engine configuration data reflecting upgrade; (q) Contractor shall provide written warranty of one (1) year on parts and 90 days on labor; Warranty repairs will be conducted at closest Cummins Diesel certified facility to each installation; (r) Prior to government acceptance of each vehicle upon completion of upgrade, contractor will co-operate with government personnel to perform/document an inspection/certification of completion of upgrade tasks. Date of delivery/pickup will be determined based on proposal . The provision at 52.212-1, Instructions to offerors_Commercial Items, applies to this acquisition in accordance with the SOW. The provisions at 52.212-2, Evaluation_Commercial Items applies to this acquisition with the blanks filled in as follows: Summary of Services Proposed. Has the offeror demonstrated by their own words there is an understanding of the requirements of the SOW? Has the offeror provided enough documentation to demonstrate the capability of supplying the services specified in the SOW? Does the offeror_s proposal explain in sufficient detail how they will perform the service? Has the offeror addressed the issue of how they will oversee and manage the contract to ensure that the SOW is met? Technical and past performance, when combined are significantly more important than price. Offerors should provide technical information sufficient to evaluate ability. Offerors who fail to meet the technical requirements as set forth in the SOW may be considered nonresponsive to the RFP. Items will be graded by the following criteria: Does not meet the standard (-). Meets the standard (0). Exceeds the standard (+). The offeror who has the most (+) signs on the evaluation factors, and is considered to be most advantageous to the Government will be considered the apparent awardee. Offers shall include a completed copy of the provision at FAR 52.212-3, _Offeror Representations and Certifications_Commercial Items_, with its offer. The clause FAR 52.212-4, _Contract Terms and Conditions_Commercial Items_, applies to this acquisition. No addenda apply. The clause at FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders_Commercial Items_ applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (b) 6-10 and (c) 1, 2, and 4. The following clauses are also applicable to this acquisition: FAR 52.203-5, _Covenant Against Contingent Fees_, FAR 52.211-11, _Liquidated Damages-Supplies, Services, or Research and Development, FAR 52.222-25, _Affirmative Action Compliance_, and FAR 52.232-33, _Mandatory Information for Electronic Funds Transfer Payment. Offers will be received at 21 CONS/LGCB, 700 Suffolk St., Building 982, Peterson AFB, CO 80914-1200 until 3:30 PM local time on 16 Jul 99 . Mr Fredrick Blue or Mr Larry Ozburn may be contacted at 719-556-7586 or 719-556-4285, respectively, for information Posted 06/30/99 (D-SN348944). (0181)

Loren Data Corp. http://www.ld.com (SYN# 0042 19990702\J-0010.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page