SOLICITATION NOTICE
28 -- Crankshafts, Cylinders, Piston Rings
- Notice Date
- 4/23/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336312
— Gasoline Engine and Engine Parts Manufacturing
- Contracting Office
- Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
- ZIP Code
- 20534
- Solicitation Number
- VC0077-04
- Response Due
- 5/11/2004
- Archive Date
- 5/26/2004
- Point of Contact
- Chyrel McPherson, Contracting Officer, Phone 202-305-7284, Fax 202-305-7365,
- E-Mail Address
-
cmcphers@central.unicor.gov
- Description
- This is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals being requested. Solicitation Number for this proposal is VC0077-04, this solicitation is issued as a Request for Quote (RFQ). This RFQ document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 01-22. NOTICE: The North American Industry Classification System (NAICS) is 336312. UNICOR, Federal Prison Industries, Inc., intends to enter into a three (3) year firm-fixed price requirements type contract for the following items: Line item 0001, AHW5917, C, NSN: 2815-01-233-9709, Crankshaft, Engine Continental, V12-2DA and 2 DR Characteristics: Crankshaft, Engine tank combat (technical manual P/N: 12254249 and alternative P/N: 8682734), Special features: 2 pins out of position on one end P/N: 8717297 and one pin at the other end P/N: 7763763; crankshaft P/N: 12254238. Estimated quantity 24 each. Line item 0002, AHW6791, Cylinder, Head (0.010-Oversize), NSN 2815-00-213-0834. Characteristic: cylinder head, 20.480 In. LG, 13.470 In. W, 5.763 In. Max Diameter Bore, Intake and exhaust valves, rocker arms and studs assembled, air cooled cylinder, aluminum alloy. Estimated quantity 100 each. Line item 0003, AHW6792, Cylinder, Head, (0.020-Oversize), NSN: 281-00-213-0835. Characteristics: Cylinder, head, 20.480 In. LG, 13.470 In. W, 5771 In. Min, 5.773 In. Max Diameter Bore, Intake and Exhaust Valves, Rocker Arms and Studs assembled, air cooled cylinder, aluminum alloy. Estimated quantity 100 each. Line item 0004, AHW6793, Cylinder, Head, (0.030-Oversize), NSN: 2815-00-213-0836. Continental, V12-2DA and 2DR. Characteristics: Cylinder Head, 20.480 In. LG, 13.470 In. W, 5.781 In. Min, 5.783 In. Max Diameter Bore, intake and exhaust valves, rocker arms and studs assembled, air cooled cylinder, aluminum alloy. Estimated 100 each. Line item 0005, AHW6794, Cylinder, Head (0.040-Oversize), NSN: 2815-00-213-0837. Continental, V12-2DR and 2DR. Characteristics: Cylinder Head, 20.480 In. LG, 13.470 In. W 5.791 In. Min, 5.793 In. Max Diameter Bore, intake and exhaust valves, rocker arms and studs assembled, air cooled cylinder, aluminum alloy. Estimated quantity 100 each. Line item 0006, AHW7470, Piston, Internal-Combustion (0.030?-Over-Size), NSN: 2815-00-427-0553. Continental, V12-2DA and 2DR. Characteristics: Piston, Internal Combustion (Technical Manual P/N: 11683943-3)(0.030 Oversize), Head Style: B5 Dome, Overall Height: 6.870 In. Diameter: 5.715 In. Minimum and 5.723 In. Maximum, Pin Hole Diameter: 2.1268 In. Minimum and 2.1270 In. Maximum, surface finish: Finished, skirt type: Semi-Split, Cut Depth: 5.120 In., Ring Groove Quantity: 4, Ring Groove Position: No?s: 1, 2, 3 and 4, Distance from pin hole center to extreme top: 4.750 In. Normal, Pin type for which designed: floating, material: steel cact. Estimated quantity 100 each. Line item 0007, AHW7472, Piston, Internal-Combustion (0.040?-Oversize), NSN: 2815-00-434-6594. Continental, V12-2DA and 2DR. Characteristics: Piston, Internal Combustion (Technical manual P/N: 11683943-4)(0.040 Oversize), Head style: B5 Dome, Overall Height: 6.870 In., Diameter: 5.725 In. Minimum and 5.733 In. Maximum, Pin Hole Diameter: 2.1268 In. Minimum and 2.1270 In. Maximum, surface finish: finished, skirt type: Semi-Split, cut depth: 5.120 In., Ring Groove Quantity: 4, Ring Groove Position: No?s: 1, 2, 3 and 4, distance from pin hole center to extreme top: 4.750 in. normal, pin type for which designed: floating, material: steel cact. Estimated quantity 100 each. Line item 0008, RNG2152, Piston-Ring-Set (0.010-Oversize), NSN: 2815-00-410-1236. Continental, V12-2DA and 2 DR. Characteristics: Ring, Set Piston (Technical Manual P/N: 5704476)(0.010 Oversize) STD Bore Diameter: 5.750 In., Piston Accommodation quantity: One (1) Ring Set components parts: P/N: 11668316-1, Compression Ring-2, P/N: 11668317-1, Oil Ring 1, P/N: 11668315-1 Scraper Ring-1 end item identification: armored combat tank. Line item 0009, RNG2153, Ring, Set-Piston (.020?-Oversize), NSN: 2815-00-410-1248. Continental, V12-2DA and 2 DR. Characteristics: Ring, Set Piston (Technical Manual P/N: 5704477)(0.020 Oversize), STD Bore Diameter: 5.750 In., Piston Accommodation Quantity: One (1) Ring Set component parts: P/N: 11668316-2 Compression Ring-2, P/N: 11668317-2 Oil Ring-1, P/N: 11668315-2 Scraper Ring-1. Estimated quantity 100 each. Line item 0010: RNG2154, Piston-Ring-Set (0.30?-Oversize) Continental, V12-2DA and 2DR, NSN: 2815-00-410-1956. Characteristics: Ring, Set Piston (Technical Manual P/N: 5704478)(0.030 Oversize), STD Bore Diameter: 5.750 In., Piston Accommodation quantity: 1, Ring Set Component Parts: P/N: 11668316-3 Compression Ring-2, P/N: 11668317-3 Oil Ring-1, P/N: 11668315-3 Scraper Ring-1. Estimate quantity 100 each. Line item 0011, RNG2155, Piston Ring Set (0.040?-Oversize) Continental, V12-2DA and 2DR, NSN: 2815-00-410-1957. Characteristics: Ring, Set Piston (Technical Manual P/N: 5704479)(0.040 Oversize), STD Bore Diameter: 5.750 In., Piston Accommodation Quantity: One (1), Ring Set Component Parts: P/N: 11668316-4 Compression Ring-2, P/N: 11668317-4 Oil Ring-1, P/N: 11668315-4 Scraper Ring-1. These parts are specify for the Military Tank V12, Model MA8. Regular commercial vehicle parts will not suffice for this requirement. Required delivery will be thirty (30) calendar days after receipt of delivery order. Delivery will be FOB destination to Federal Correctional Institution-Low, Federal Prison Industries, 5980 Knauth Road, Beaumont, TX 77705. All shipments should be labeled as follows: vendor name, purchase order number and/or contract number, item description, item quantity with weight, and a certificate of conformance. In accordance with 52.211-16, Variation In Quantity, Variations per delivery order is plus/minus Zero (0) percent. FAR Clause 52.216-18, Ordering applies. Orders may be issued from date of award through three (3) years thereafter. The contractor will only deliver the items that have been designated by a delivery order. Items shipped without a delivery order will be returned at the contractor?s expense. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders by the Contracting Officers at FCI Beaumont, TX and Central Office, Washington, DC with the exception of the COTR. Delivery hours are 8:00 a.m. to 11:00 a.m. and 1:00 p.m. to 2:30 p.m., Monday through Friday, notwithstanding emergencies and Federal holidays. JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for this contract will be Paul Howell. All invoices shall be forwarded to: ATTN: Business Manager, Federal Correctional Institution, Federal Prison Industries, P.O. Box 26025, Beaumont, TX 78071, (409) 727-8172. FAR Clause 52.216-21, Requirements applies, contractor shall not be required to make deliveries under this contract thirty (30) calendar days after the expiration of this contract. FAR Clause 52.216-19, Order Limitation ? delivery order limitations are a minimum quantity of four (4) each per delivery order and a maximum delivery order of twelve (12) each per delivery order. The following are addenda to FAR Clause 52.212-1 Paragraph: C Period of acceptance of offers; the offeror agrees to hold their proposal prices firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items, must be included with your offer. Offerors that fail to furnish the required representations and certifications or reject the terms and conditions of the solicitation may be excluded from consideration. The following clauses also apply to this solicitation: FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate offers: Past Performance 50%; price and technical when combined are equal to 50%. The Government will award a contract resulting from this solicitation to a responsible offeror whose offer conforms to the solicitation and is considered most advantageous to the Government. Each offeror must submit three (3) references for verification of their performance of like products in this requirement. Each reference must contain the name, address and telephone number of the company or government agency for which the contract was performed as well as a contact person from that company or agency and the contract number if applicable. FAR 52.204-6 Data Universal Numbering System (DUNS) Number, applies. FAR Clause 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration. Taxpayer Identification Number, ACH (electronic payment information) numbers are applicable. This form can be downloaded from our web page http://www.unicor.gov/procurement/proforms.htm. All prospective vendors must download this form and fill out in it entirety. FAR 52.232-18, Availability of Funds, applies. If offer is not submitted with a signed Standard Form SF-1449, submit on Company letterhead with a statement specifying agreement with the terms, conditions and provisions included in this solicitation to ATTN: Chyrel McPherson, Contracting Officer, RFQ Number VC0077-04, fax your offer to (202) 305-7365 in accordance to FAR 52.215-5, Facsimile Proposal. All Offers must be received on or before Tuesday, May 11, 2004, 2:00 p.m., Eastern Standard Time.
- Record
- SN00571747-W 20040425/040423211854 (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 |