Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

20 -- PROVIDE AND INSTALL TWO (2) CUMMINS QSM11 COMMERCIAL DIESEL PROPULSION ENGINES OR EQUAL

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NFFN73006000831CMM
 
Response Due
9/12/2006
 
Archive Date
9/27/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/request for quote for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), located in Pascagoula, MS to provide and install two (2) each Cummins QSM11 commercial diesel propulsion engines or equivalent. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NFFN7300600083CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-6 Brand Name or Equal (Aug. 1999) {Engine Specifications for equivalent include the following characteristics: 610 hp 2300 rpm, Full 2 year factory warranty or 3000 hours, In-line 6 cylinder, 4 stroke diesel, high output mode, 2:1 companion coupling and torsinal coupling, Turbocharged and after cooled with heat exchanger, Must meet or exceed EPA Tier 2 emission standards for marine diesel engines, Gear oil cooler, Cast aluminum oil pan, 12 volt electric start, Electronic fuel control, Williams remote throttle control with harness and lever, SAE # 1 flywheel housing with 11.5 o.c. clutch adaption, Engine instrument panel with plug in harness suitable in length, Safety alarms for HWT/LOP both audible and visual, 4 Vibration isolators, Expansion tank and sea water assembly for heat exchanger, Digital Display with wiring harness suitable in length, Fuel cooler, USCG approved flexible fuel lines, Replaceable air filter, Lube oil sump pump hose extended from the base, Wet exhaust elbow and any additional required connections. (NOTE: Contractors are responsible for ensuring that the new engines will fit into the existing engine compartment on the R/V Gandy and that all connections can be made without major modifications to the vessel.)}52.212-4 Contract Terms and Conditions ? Commercial Items (Sep. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Aug. 2006) (Sections 5, 14, 15, 16, 17, 18, 19, 20, 23, 26, 31, and (c) (1) (2) WG-10), 52.247-35 FOB Destination within Consignee?s Premises (Apr. 1984) 52.228-5 Insurance ? Work on a government Installation (Jan. 1997). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), NMFS will designate a POC at the time of award, 1352.215-70 Period of Performance (Mar. 2000) {the period of performance will be January 8, 2007 through January 20, 2007}, 1352.228-70 Insurance Coverage (Mar. 2000), 1352.228-72 Deductibles Under Required Insurance Coverage (Mar. 2000), 1352.252-70 Regulatory Notice (Mar. 2000). The FAR provisions that are hereby incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors- Commercial Items (Jan. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) {The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforming to request results in the best value to the Government, price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability; Ability to obtain Insurance; Past Performance; and Price. The Government reserves the right to award to the firm providing other than the lowest priced quote if the Contracting Officer determines that to do so would result in the best value to the Government. The Government has the right to award for delivery of the engines only if doing so is deemed more advantageous to the Government.}. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 pm CDT, Tuesday, September 12, 2006. Quotes may be faxed to 816-274-6923, or submitted via email to carey.m.marlow@noaa.gov. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Technical Proposal. Written documentation that demonstrates the firm?s knowledge of and experience in having accomplished the services described herein, including any commercial warranty that will be provided on work completed. 2. Demonstrated ability to obtain insurance in the amounts specified herein. 3. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided services that are the same or similar to that described herein. 4. A completed price schedule for all line items identified in this notice. 5. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (completed). 6. Certification of registration in CCR. This is a firm fixed price request for quote. DESCRIPTION: The Contractor shall provide all labor, tools, engines and related supplies, except as described below, required to replace existing engines with new diesel engines for the R/V Gandy, an aluminum sixty-five (65) foot boat with an eighteen (18) foot beam. The R/V Gandy is a Government-owned research vessel belonging to the U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries (NMFS). PLACE OF PERFORMANCE: The Government will consider three (3) approaches to this work that will affect the place of performance. a. Approach 1: All work shall be performed dockside at the NMFS site located at 202 Delmas Avenue, Pascagoula, MS 39567. b. Approach 2: All work shall be performed at the Contractor?s facility. c. Approach 3: The engines shall be delivered to the NMFS site located at 202 Delmas Avenue, Pascagoula, MS 39567. No work will be performed as part of this contract. PERIOD OF PERFORMANCE: The period of performance for the installation of the engines in approach 1 and 2 shall be January 8, 2007 through January 20, 2007. If approach 3 is chosen, delivery of engines shall be within 60 days of award. ENGINE INSTALLATION: a. Approach 1: The contractor shall deliver and install two (2) Cummins QSM11 or equal commercial diesel propulsion engines (see Appendix 1 for engine specifications). These engines shall be configured with companion and torsinal couplings to match the existing assembly and drive shaft currently installed in the R/V Gandy. The engines shall be delivered and installed at the NMFS dock: 202 Delmas Ave, Pascagoula. The Contractor shall remove existing engines, make any necessary modifications to the engine beds to ensure the new engines are correctly seated, reconnect all wiring, plumbing, mounts exhausts, and other systems/connections necessary to complete engine installation in accordance with manufacturer?s specifications. The engines shall be realigned to the propeller shaft. The Government will provide all power (both 110V and 220V) and water sources to accomplish the installation of the engines. The Government will provide a crane with a crane operator to assist in these tasks. After completion of new engine installation, the old engines shall become the property of the Contractor who shall immediately remove them from the Government facilities. b. Approach 2: The Government will deliver the R/V Gandy to the Contractor?s facility. The Contractor shall install new Cummins QSM11 engines or equal commercial diesel propulsion engines (See Appendix 1 for engine specifications). These engines shall be configured with companion and torsinal couplings to match the existing assembly and drive shaft currently installed in the R/V Gandy. The Contractor shall remove existing engines, make any necessary modifications to the engine beds to ensure the new engines are correctly seated, reconnect all wiring, plumbing, mounts, exhausts and other systems/connections necessary to complete engine installation in accordance with manufacturer?s specifications. The engines shall be realigned to the propeller shaft. The Contractor shall provide all power (both 110V and 220V) and water sources to accomplish the installation of the two engines. The Contractor shall also provide a crane with operatior and any other items necessary to perform the work. The old engines become the property of the Contractor. c. Approach 3: The Contractor shall deliver two (2) new Cummins QSM11 or equal diesel propulsion engines (See Appendix 1 for engine specifications) with companion and torsinal couplings to the NMFS facility located at 202 Delmas Avenue, Pascagoula, MS 39567. Installation of the engines shall be performed by the Government. The Government shall retain ownership of the old engines. SEA TRIALS (APPLY TO APPROACH 1 & 2 ONLY): The Contractor shall conduct sea trials to determine that all components of the engines and all systems connected to the engines operate as intended by the manufacturer. The Contractor shall ensure, at a minimum, that all connections are tight and leak-free, that proper engine oil, clutch and water pressure is reached and maintained, that there are no fuel or oil leaks, that the correct engine temperature is maintained, that there are no fuel or oil leaks, that the correct engine temperature is maintained, that all alarm switches operate properly, and that proper compression is maintained by the cylinder heads, and that the throttles have been properly adjusted. Any system failures or deviations from manufacturer?s recommended operating standards that are a result of the engines? replacement shall be repaired by the Contractor. After the initial sea trial, the Contractor shall conduct another sea trial each time adjustments or additional repairs are required. This process shall continue until both engines are operating at optimum levels as determined by the manufacturer?s standards. ADDITIONAL WORK TO BE DONE ON AN AS-NEEDED BASIS: The Contractor shall perform all additional needed repairs discovered during the performance of the other tasks listed above. The cost for performing these additional repairs shall not be included in the cost of this contract as stated above, but shall be incorporated into the resulting contract as modifications. NO ADDITIONAL REPAIRS OR WORK SHALL BE COMPLETED BY THE CONTRACTOR WITHOUT THE EXPRESS WRITTEN CONSENT OF THE CONTRACTING OFFICER. During the performance of this contract, when the Contractor or Government identifies an additional needed repair other than what is expressly stated above, the Contractor shall immediately notify the Contracting Officer of such repair and give an estimate of the cost to complete the repair. The Contracting Officer will decide if the repair should be completed at the stated cost and will modify the contract to that effect if the repair is approved. OVER AND ABOVE DISCREPANCIES If any additional discrepancies outside of normal repair criteria are discovered during performance of the work, the selected discrepancies, will be provided in a written report to include any parts required, labor required, and cost estimate for the additional work. This work will be considered as ?over-and-above? costs. The selected contractor will not proceed with the additional work until approval for the additional work is received from the Government Point of Contact. The selected contractor shall accomplish all the work in accordance with the manufacturer?s repair/overhaul manuals and applicable repair station procedures. SITE VISIT: It is the responsibility of the Contractor to inspect the vessel to determine all requirements necessary to perform the contract herein. Failure to do so will in no way relieve the Contractor of responsibility for furnishing any materials or performing any work required to carry out the terms of the contract. The R/V Gandy may be inspected at the NMFS dock which is located at 202 Delmas Avenue, Pascagoula, MS 39567. Sight visits will be conducted August 28, 2006 through August 31, 2006. To schedule a site visit please contact Carey Marlow at (816) 426-7460. WAGE DETERMINATION: The various classes of serviced employees who will be employed in the performance of the contract awarded hereunder must be paid not less than the minimum monetary wage indicated on the attached Wage Determination Number 1994-2301, Rev (28), dated 06/09/2005 and shall be furnished with fringe benefits as shown on the same Determination. The Contract will be subject to modification pending the issuance of any updated Wage and Hour Reports from the U/S. Department of Labor. Insurance against Loss or Damage to Government Property The selected contractor shall, at its own expense, provide and maintain during the performance of this work a minimum of $1,000,000.00 of insurance. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government?s interest shall not be effective: a) For such a period as the laws of the State in which this work is to be performed prescribe; or b) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. BID FORMAT: Provide itemized pricing as follows: Unit Price Total Line Item #1-Provide and install two (2) Cummins QSM11 commercial diesel Engines or equivalent 2 each $_____________ $_________________ Approach 1 Cost of Supplies (Total) $_____________________ Cost of Installation (Total) $_____________________ Total ? Approach 1 $_____________________ Approach 2 Cost of Supplies (Total) $_____________________ Cost of Installation (Total) $______________________ Total ? Approach 2 $______________________ Approach 3 Cost of Supplies (Total) $______________________ Total ? Approach 3 $______________________ If offering a different model than the brand name, include the make and model below ___________________________ _________________________ (Make) (Model) GRAND TOTAL $_________________ Labor Rate - per hour for ?over-and-above? discrepancies $_________________ END OF NOTICE Appendix 1 Engine Specifications for R/V Gandy Two (2) New Cummins Quantum Series QSM11 (or equal) 610 hp, 2300 rpm. Full 2 year factory warranty or 3000 hours. In-line 6 cylinder, 4 stroke diesel, high output model. Model MG-5114HD (or equal) 2:1 companion coupling and torsinal coupling. Turbocharged and aftercooled with heat exchanger. Must meet or exceed EPA Tier 2 emission standards for marine diesel engines. Gear oil cooler. Cast Aluminum oil pan. 12 volt electric start. Electronic fuel control. Williams remote throttle control with harness and lever (or equal). SAE #1 flywheel housing with 11.5 o.c. clutch adaption. Engine instrument panel with plug in harness suitable in length. Safety alarms for HWT/LOP both audible and visual. 4 Vibration isolators. Expansion tank and sea water assembly for heat exchanger. Digital display with wiring harness suitable in length. Fuel cooler. USCG approved flexible fuel lines. Replaceable air filter. Lube oil sump pump hose extended from the base. Wet exhaust elbow and nay additional required connections. NOTE: Contractors are responsible for ensuring that the new engines will fit into the existing engine compartment on the R/V Gandy and that all connections can be made without major modifications to the vessel.
 
Place of Performance
Address: NMFS, 3209 FREDERIC STREET, PASCAGOULA, MS 39567-4112
Zip Code: 39567-4112
Country: UNITED STATES
 
Record
SN01127242-W 20060830/060828220242 (fbodaily.com)
 
Source
FedBizOpps 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.