Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9, 2001 PSA #2911
SOLICITATIONS

J -- REBUILD DETROIT DIESEL ENGINES AND TRANSMISSION POWER-PACKS

Notice Date
August 7, 2001
Contracting Office
Contracts Dept. PO Drawer 43019, Albany, GA 31704-3019
ZIP Code
31704-3019
Solicitation Number
M67004-01-Q-0007
Response Due
September 7, 2001
Point of Contact
GySgt Arline or MSgt Beaulieu, Code 891-2, (229)639-6730, FAX (229)639-6791
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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Acquisition Circular 91-13. This action is being procured on an unrestricted basis; no small business set-aside is being considered. The NAICS code for this action is 333618. This solicitation contains three (3) CLINS with the purpose of issuing a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity Contract with a period of performance of one year with two one y ear option periods. The following services are required for government owned MK48 Logistics Vehicle Support (LVS): CLIN 0001: Power Pack consisting of Detroit Diesel 8V92TA Reliabilt Engine and a HT 740D Allison Automatic Transmission, assembly number 6885587. Power packs will be shipped as a unit including components, as removed from the vehicle. CLIN 0002: Remanufactured Allison HT 740D Automatic Transmission, assembly number 6885587. CLIN 0003: Reliabilt remanufactured Detroit Diesel 8V92TA Engine using original equipment manufacture (OEM) parts. Reliabilt is Detroit Diesel Corporation s Trademark for factory remanufactured products. Offerors are required to reconfigure items in clins 0001-0003 to Marine Corps specifications as provided in the SOW. The contract minimum will be five (5) power packs, one (1) transmission, and one (1) engine. The maximum is two hund red (200) power packs, two hundred (200) transmissions, and two hundred (200) engines. All offerors must request a SOW/Parts List from the Contracting Officer. The Contractor must have the capability of providing 20 power packs, 20 engines, and or 20 transmissions per month and provide 1 of any of the above within 8 calendar days of pickup. The 8 days turnaround time starts 24 hours after notification to vendor. Contractor will be responsible for shipping, loading, and unloading of all units. Certified factory trained personnel will perform all remanufacturing and warranty work. On-site work will only be performed during Maintenance Center Albany normal business hours (7:30 a.m. to 4:00 p.m., Monday through Thursday). All warranty work will be started within 24 hours of notification. The Contractor shall extend to the Government the full coverage of any standard commerc ial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. ALL WORK PERFORMED UNDER THIS CONTRACT REQUIRES A MINIMUM 1 YEAR, 12,000 MILE WARRANTY FOR WORKMANSHIP AND PARTS. The Contractor will deliver items in CLINS 0001 0003 to the Marine Corps Maintenance Center, Albany, GA. Delivery shall be FOB Destination. All items awarded under this contract will be packaged in accordance with industry standards, palletized and shrink wrapped. The Contractor will replace all parts failing to meet industry standards within 24 hours of notification. Award of this contract will be on the basis of (1) lowest price of item that meets or exceeds the specifications, including options 1 and 2 prices (2) required delivery date of 8 days after notification. The following FAR Clauses/Provisions apply to this a cquisition: 52.203-3, Gratuities, 52.212-1, Instructions to Offerors Commercial Items, 52.212-3, Offeror Representations and Certifications Commercial Items, all offerors are to include with their offer a completed copy of 52.212-3 (copies of 52.212-3 are available upon request from the Contracting Officer or on the World Wide Web at http://www.arnet.gov/far), 52-212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (incorporating 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3, Buy American Act-Supplies, commercial items apply to this acquisition. The offeror should also provide its Commerci al and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The written quotes and the above required information must be received at this office on or before September 7, 2001, at 1:30 PM Eastern STD. Time. All responsible sources may submit a quote, which will be considered by the Marine Corps Logistics Bases, Albany, GA Contracting Dept.
Record
Loren Data Corp. 20010809/JSOL014.HTM (D-219 SN50U277)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on August 7, 2001 by Loren Data Corp. -- info@ld.com