Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOLICITATION NOTICE

28 -- 6.5 Liter Engine Block Parts

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
336312 — Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-07-Q-0011
 
Response Due
7/17/2007
 
Archive Date
9/15/2007
 
Small Business Set-Aside
N/A
 
Description
(I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. (II) This solicitation is issued under Request for Quotation (RFQ) number W912LP-07-Q-0011. All proposals shall reference the RFQ number and s hall be submitted by 8:00 A.M. local time on 17 Jul 2007. The anticipated award date is 20 Jul 2007. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-17 dated 15 May 20 07. (IV) This acquisition is reserved for a small business concern; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small business concern participation, (minimum of two) award m ay be made to participating large business. The North American Industry Classification system code (NAICS) 336312 size standard of 750. (V) COMMERCIAL ITEM DESCRIPTION: Furnish the Iowa Army National Guard, National Maintenance Training Center (NMTC) wit h engine parts as defined in Line Items 1-7. Line Item 1, Qty- 300 ea 6.5 Liter Engine Crankshafts, Part Number or Equal- 23502596, Supply new OEM or equivalent crankshafts with standard main and rod bearing journals; Line Item 2, Qty- 300 sets, Main Bear ing Set, Part Number or Equal- 12531692 (1 set of 3 each bearings), 12531695 (1 each) and 12531698 (1 each), Supply new standard size main bearing sets for 300 engines. Sets must contain parts equivalent to the aforementioned GM part numbers and quantitie s. Line Item 3, Qty- 300 sets, Pistons and Ring Sets, Part Number or Equal- 12550062 (8 each pistons) and 12510753 (8 each ring sets), Supply new pistons and ring sets for 300 engines. Sets must contain 8 ea pistons and 8 each ring sets equivalent to the aforementioned part numbers; Line Item 4, Qty- 300 Sets, Front Cover Gasket Set, Part Number or Equal- TCS45554, Supply new front cover gasket sets for 300 engines. Gasket sets must be equivalent to the aforementioned part number; Line Item 5, Qty- 150 Sets, Reconditioned Piston Connecting Rod, Part Number 14025523, Connecting rods will be cleaned. Rod bolts will be removed. Connecting rods will be magnetized to check for cracks and demagnetized. All rods will be demagnetized. Lower bearing bore wil l be resized. New wrist pin bushings will be installed. The pin bushing will be bored to the standard center to center bore specification to establish alignment and the correct piston to crankshaft distance. Connecting rods to be checked for balance and grouped in sets of 8; Line Item 6, Qty- 1500 ea, Connecting Rod Pin Bushing, Part Number 3864Y20, Supply new bushings; Line Item 7, Qty- 200 ea, Oil pump, Part Number 12567769, Supply new oil pumps with pickup tube and screen equivalent to the aforementi oned part number; Line Item 8, The vendor may charge the Government a fee for compliance with Contractor Manpower Reporting (CMR). All bidders must submit an amount or a waiver of the fee in their proposal, the amount will be taken into consideration duri ng price evaluation. The report is only required to be completed by the awardee. Contractor Manpower Reporting is an Army Initiative that was implemented on Mar 8, 2005 to obtain better visibility of the contractor service workforce from Contractors suppo rting the Army. Please read the implementation language below, it will include the web-site address in which the information is entered. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. T he contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. Reporting period will be the period of performance not to exceed 12 months ending 30 Sep of e ach government fiscal year and must be reported within 30 days of the last day of the period of performance of the purchase order. The following information is data you will need pertaining to this particular purchase order when filling out CMR. Contracting Office, Contracting Officer, Contracting Officers Technical Representative. Contract number, including task and delivery order number; Beginning and ending dates covered by reporting period; Contractor name, address, phone number, e-mail add ress, identity of contractor employee entering data; Estimated direct labor hours (including sub-contractors); Estimated direct labor dollars (including sub-contractors); Total payments (including sub-contractors); Predominant Federal Service Code (FSC) re flecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); Estimated data collection cost; Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for purposes of reporting this information); Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country , when in an overseas location, using standardized nomenclature provided on website);Presence of deployment or contingency contract language.Number of contractor and sub-contractor employees deployed in theater this reporting period (by country).The Comman d is HQDA (VI) See (V) for description of the requirements for the items to be acquired. (VII) Delivery Information- The vendor will be responsible for the pick up and delivery of the connecting rods, and will deliver the remainder of the abovementioned i tems to the NMTC located at 7105 NW 70th Ave, Johnston, IA 50131-1824. Vendor must provide the required items within 30 days of contract award. If the delivery requirements cannot be met or delivery can be made before the required 30 days, the vendor mu st specify the alternate delivery date within the proposal. (VIII) The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial (IX) 52.212-2, Evaluation-Commercial Items. The Government will award a contract re sulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers; Past Performance and Price. Past performance will be rated approximately equal to price. The offeror shall submit (with quote) past/present performance narratives for the firm on not less than three (3) or more than five (5) contracts that demonstrate a minimum of five ye ars experience with a Federal Agency in performing work that is similar in scope, size complexity, and client type to the requirements of the Statement of Work (SOW) Include awards, customer letters of commendation, etc., with points of contact e-mail addr esses and telephone numbers. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/logi n.aspx)). (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orde rs-Commercial Items. Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3 Convict Lab or; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-25 Affirmative Action, 52.222-22, Previous Contracts and Compliance Reports; 52.222-35, Affirmativ e Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Cent ral Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment; The following clauses and provision s are also incorporated by reference: 52.232-18, Availability of Funds; 52.252-1, Provisions incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Re quired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) are applicable; 52.203-3, Gratuities; 252.225-7012,Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustme nt; 252.247-7023, Transportation of Supplies by Sea. The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824). (XIII) Changes/amendments, w age determination, questions and answers, will be posted on the following website: http://216.81.179.134/ebs/advertisedsolicitations.asp Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be contained in a document titled Ques tions and Answers. Offerors are requested to submit questions to the email address noted below not later than 8:00 a.m., 16 Jul 2007. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an ame ndment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A (XV) N/A (XVI) Sign and date y our offer, the offer must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: TSgt Renee Rausch, Contract Specialist at or before 8:00 a.m., 17 Jul 2007. (XXVII) For information regarding this solicitation contact TSgt Renee Rausch, renee.berg@ia.ngb.army.mil or CW4 Mark Thompson at mark.thompson@ia.ngb.army.mil.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1902
Country: US
 
Record
SN01333035-W 20070704/070702221129 (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.