Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2005 FBO #1300
SOLICITATION NOTICE

29 -- Remanufactured Cylinder Heads Applicable to Cummins 250 Enginees for M939 Series Vehicles

Notice Date
6/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-05-R-4009
 
Response Due
6/30/2005
 
Archive Date
8/29/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined solicitation/synopsis to acquire Premium Remanufactured Cylinder Heads applicable to Cummins 250 Engines, NSN: 2815-01-146-4182, P/N 3007835, for M900 Series Military Vehicles for RSMS Maintenance Activity located on Ft Riley, KS. Price includes shipping one way only. This organization will pay shipping to vendor. The purchase must be with a core exchange. The vendor must have the capacity to produce 50 to 120 cylinder heads per month, estimated yearly requirement is 1440 cyl inder heads. Once the cores are received by the vendor, they must be completed and shipped back to the RSMS within 30 days from date of receipt. Cylinder head repair warranty shall be 180 days to 12 months from date of return to the government. Estimate d award date will be from 1 July 05 to 30 June 2006 as the base year for an IDIQ contract, with two additional one-year options. Interested contractors shall provide a price for the base year and the two option years of the proposed contract. Repairable c ylinder assemblies shall be shipped to the vendor at government expense and the contractor shall be required to ship the repaired assemblies FOB Destination  RSMS Fort Riley, KS. Three (3) each first article repair are required prior to award of IDIQ con tract. First articles shall be priced separately in your proposal. Approval of the IDIQ contract shall be contingent upon approval of 1st Article Test. Estimated value of this contract is between $100,000 and $200,000. Cylinder heads must be disassemb led, cleaned and inspected. Disassemble clean and inspect casting. Machine all critical surfaces. Pressure test under hot water for leaks (3 times). Reassemble head with all new components and vacuum test for valve seal. Offerors must include with t heir proposal documented evidence that they have the equipment manpower and know-how of how to remanufacture cylinder heads. Firms that recognize they have the ability to repair these cylinder heads are encouraged to submit a proposal. Proposal shall incl ude past performance information listing at least three prior clients you have performed similar type services for, including point and contact and telephone number of prior clients. A technical acceptable proposal is a proposal which includes satisfactor y or better past performance record and relevant experience with repair of cylinder heads applicable to Cummins Engine. Award shall be made based on the lowest priced technically acceptable proposal. Multiple awards will not be made. This solicitatio n is prepared IAW 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 W 912JC-05-R-4009 is issued as a RFQ. This is a solicitation document and incorporates provisions are those in effect through Federal Acquisition Circular, 2005-04. NAICS code is 336211. The provision at FA 52.212-3, Offeror Representations and Certific ations (5/2004) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52-212-4, Contract Terms and Conditions (10/2003) applies to this acquisition. The clause at FAR 52.212-5, C ontract terms and Conditions Required to Implement Satutes or Executive Orders-Commercial Items (6/2004) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, (7/1995), Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, (4/2002), Equal Opportunity; 52.222-35, (12/2001), Affirmative Action for Disabled Veterans & Veterans of the Vietnam Era; 52.222-36, (6/1998), Affirmative Action for Workers with Disabilities; 252.222-37, (12/2 001), Employment Reports on Disabled Veterans; 52-225-3, (01/2004), Buy American Act-Supplies. The clause 52.232-33, (10/2003), Mandatory Information for Elec tronic Funds Transfer Payment (5/1999) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial items, is applicable to this acquisition. Quotes are due within 15 days of this notification (but NLT 29 Jun 05). For technical questions concerning this requirement contact Dwight Long at 785.239.8895 or contact the Contracting Officer by phone at 785.274-1215, USPFO for Kansas, 2737 S. Kansas Ave., Top eka, KS 66611-1170 or fax to 785 274-1642, Attn: Linda Criss; or e-mail to linda.criss@ks.ngb.army.mil. Simplified Acquisition Procedures will be utilized.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00831237-W 20050618/050616212212 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.