SOLICITATION NOTICE
J -- Engine Rebuild
- Notice Date
- 10/10/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracts Department (Code 891-2), PO Drawer 43019, MCLB Albany, GA 31704-3019
- ZIP Code
- 31704-3019
- Solicitation Number
- M6700403Q0011
- Archive Date
- 12/19/2002
- Point of Contact
- SSgt Fails, CM (229) 639-6794 SSgt CM Fails, Contract Specialist at (229) 639-6794 or MGySgt LL Hampton, Contracting Officer at (229) 639-6474.
- Description
- This is a combined synopsis/solicitation for a commercial item 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09 and Defense Acquisition Circular 91-13. This action is restricted to small businesses and has a NAICS code of 333618. This solicitation has one CLIN 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 year option periods. The Government will order a minimum of one (1) rebuilt e ngine under this contract and a maximum of eight (8). The following service is required for the M-88 Tank Recovery Logistics Vehicle: CLIN 0001 Rebuilding of Government Owned Continental AVDS-1790-2DR, air-cooled, 12 cylinder, turbocharged diesel engine, NSN 2815-00-124-5387. The Contractor will notify the Government of any unserviceable assemblies. Replacement parts include: Piston rings, connecting rod bearings, main bearings, camshaft bushings, all hoses, water pump belts, overhaul gasket kit, expansion plugs, injector sleeves, thermostat, governor repair parts, oil pump repair parts, water pump repair parts and hardware (locknuts, lock washers, cotter pins, etc.) Remanufactured components: Fuel injection pump and injectors are calibrated and tested to original equipment manufacturer (OEM) specifications. Fuel supply pump, turbochargers, generator, and starter are remanufac tured to OEM specifications. Oil pump and fan towers are remanufactured to TM 9-2815-220-34 P standards. Oil coolers and transmission coolers are flushed and pressure tested. Wiring harness is repaired and tested. Machine Processes: When the engine is disassembled, a failure analysis will be performed (a copy of this will be provided to the customer upon request). The engine will be sent to cleaning and non-destructive inspection, where the connecting rods, crankshaft, camshafts, cylinder block and cylinder heads will be inspected for cracks. Once they are deemed repairable, they will be remanufactured to TM specifications to include polishing and balancing the crankshaft, polishing the camshafts, grinding valves, verifying horizontal bore and homing the liners. Engine will then be assembled and dynamometer tested LAW TM guidelines and specifications. Upon satisfactory com pletion of testing, engine will be painted and packaged for shipping. Price does not included replacement of cylinder heads, crankshaft, block, camshafts, connecting rods, pistons, liners, fuel pump, injectors, oil pump, water pump, governor, blower, turbocharger, wiring harness and starter (due to uneconomical repair), missing and/or damaged ancillary parts. Customer will be notified of these conditions and work will not proceed without customer authorization. The Contracting Officer?s Representative will notify the contractor when an engine is ready to be shipped. The Contractor must be able to deliver the rebuilt engine within 45 days after receipt. Deliveries will be made to the Maintenance Center Albany (MCA), Albany, GA during normal business hours (7:30 a.m. ? 3:30 p.m., Monday through Thursday). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. The rebuilt engine shall be returned in the same steel engine container sent out in. The deliveries shall be FOB Destination. The rebuilt engine failing to meet the TM specification or failing parts will be returned to the contractor at no cost to the government for repairs. Award of this contract will be on the basis of (1) lowest price of item that meets the specifications, including options 1 and 2 prices (2) required delivery date of 45 days after receipt. The contractor will submit separate prices for the base year and for each option year. The following FAR Clauses/Provisions apply to this acquisition: 52.203-3, Gratuities, 52.212-1, Instructions to Offerors ? Commercial Items, 52.212-3, Offeror Representations an d 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 Commercial 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 considered for award (NO EXCEPTIONS). 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 be considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 19 November 2002, at 2:00 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
- Record
- SN00186269-W 20021012/021010213453 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |