MODIFICATION
28 -- 6.5 Liter Engine Blocks and Crankshafts
- Notice Date
- 2/1/2008
- Notice Type
- Modification
- 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-08-Q-0011
- Response Due
- 2/19/2008
- Archive Date
- 4/19/2008
- Point of Contact
- Mark Thompson, (515)252-4248
- E-Mail Address
-
USPFO for Iowa
(mark.thompson@ia.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 co nstitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912LP-08-Q-0011. All proposals shall reference the RFQ number and shall be submitted by 11:00 A.M. local time on 19 February 2008. The anticipated award date is 22 February 2008. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-22 dated 24 December 2007. 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 may be made to participating large business. The North American Industry Classification system code (NAICS) is 336312 with a size standard of 750. COMMERCIAL ITEM DESCRIPTION: Furnish the Iowa Army National Guard, National Maintenance Training Center (NMTC) with engine parts as defined in Line Items 1-4 below. Line Item 1, Quantity - 600 each, Engine Block Assembly Naturally Aspirated 6.5 Liter. The proposed engine blocks can be an assortment of any of the following part numbers: PN: 12555547; Block Assemb ly 6.5 Liter, 1995, PN: 12557358; Block Assembly 6.5 Liter, 1996, PN: 12555549; Block Assembly 6.5 Liter, 1997, PN: 12559369; Block Assembly 6.5 Liter, 1998 and above. The engine blocks can be new or reconditioned, but must be the original equipment manuf acturers (OEM) parts. The vendor must provide a certification that the engine blocks being proposed are OEM parts. The engine blocks will be General Motor OEM blocks that will be standard or bored oversize to .020 in. (.50 mm). OEM or equivalent cam bear ings will be installed by the vendor. Engine blocks will be align bored and decked as required. Engine block and bolt holes will be in like new condition. Cylinder bore finish to be 10-20 RA and Plateau honed. Cylinder blocks will be magna-fluxed. Blo cks will be cleaned, preserved and wrapped to keep clean during transportation and storage. The vendor must provide a limited warranty on all machine work imperfections. Vendor will deliver the engines to the National Maintenance Training Center (NMTC), 7105 NW 70th Ave, Johnston, IA 50131-1824. Pick-up and delivery times will be coordinated thru the NMTC and vendor when purchase order is awarded. The proposed delivery schedule is as follows: 200 engine blocks will be delivered to the NMTC within 30-da ys of award, the second group of 200 engine blocks will be delivered to the NMTC within 75-days of award, and the final 200 engine blocks will be delivered to the NMTC within 120-days of the award. The vendor must certify in their proposal that they can m eet the aforementioned delivery schedule. Line Item 2 (Option 1), Quantity 1 to 400 each additional Engine Block Assembly Naturally Aspirated 6.5 Liter. The proposed engine blocks can be an assortment of any of the following part numbers: PN: 12555547 ; Block Assembly 6.5 Liter, 1995, PN: 12557358; Block Assembly 6.5 Liter, 1996, PN: 12555549; Block Assembly 6.5 Liter, 1997, PN: 12559369; Block Assembly 6.5 Liter, 1998 and above. The engine blocks can be new or reconditioned, but must be the original e quipment manufacturers (OEM) parts. The vendor must provide a certification that the engine blocks being proposed are OEM parts. The engine blocks will be General Motor OEM blocks that will be standard or bored oversize to .020 in. (.50 mm). OEM or equiv alent cam bearings will be installed by the vendor. Engine blocks will be align bored and decked as required. Engine block and bolt holes will be in like new condition. Cylinder bore finish to be 10-20 RA and Plateau honed. Cylinder blocks will be magna-fluxed. Blocks will be cleaned, preserved and wrapped to keep clean during transportation and storage. The vendor must provide a limited warranty on all mac hine work imperfections. Vendor will deliver the engines to the National Maintenance Training Center (NMTC), 7105 NW 70th Ave, Johnston, IA 50131-1824. Pick-up and delivery times will be coordinated thru the NMTC and vendor when purchase order is awarded . The proposed delivery schedule is as follows: up to 200 engine blocks will be delivered to the NMTC within 30-days of the option being exercised; the second group of up to 200 engine blocks will be delivered to the NMTC within 75-days of the option bei ng exercised. The vendor must certify in their proposal that they can meet the aforementioned delivery schedule. Line Item 3, Quantity - 600 each, Crankshafts for 6.5 Liter Engine. Part Number - 23502596, the crankshafts can be new or reconditioned, but must be the original equipment manufacturers (OEM) parts. Used crankshaft rods and main bearing journals will be machined to (.25MM) tolerance. New crankshaft rods and main journals will be machined to standard dimensions. In addition to the price the vendor needs to provide the percentage of crankshafts that will be used verses new, the Government needs this information so they can procure the correct main bearings. The vendor must provide a limited warranty on all machine work imperfections. Vendor will deliver the crankshafts to the National Maintenance Training Center (NMTC), 7105 NW 70th Ave, Johnston, IA 50131-1824. Pick-up and delivery times will be coordinated thru the NMTC and vendor when purchase order is awarded. The proposed delivery sche dule is as follows: 200 engine blocks will be delivered to the NMTC within 30-days of award, the second group of 200 engine blocks will be delivered to the NMTC within 75-days of award, and the final 200 engine blocks will be delivered to the NMTC within 120-days of the award. The vendor must certify in their proposal that they can meet the aforementioned delivery schedule. Line Item 4 (Option 2), Quantity 1 to 400 each additional Crankshafts for 6.5 Liter Engine. Part Number - 23502596, the crankshaf ts can be new or reconditioned, but must be the original equipment manufacturers (OEM) parts. Used crankshaft rods and main bearing journals will be machined to (.25MM) tolerance. New crankshaft rods and main journals will be machined to standard dimensio ns. In addition to the price the vendor needs to provide the percentage of crankshafts that will be used verses new, the Government needs this information so they can procure the correct main bearings. The vendor must provide a limited warranty on all m achine work imperfections. Vendor will deliver the crankshafts to the National Maintenance Training Center (NMTC), 7105 NW 70th Ave, Johnston, IA 50131-1824. Pick-up and delivery times will be coordinated thru the NMTC and vendor when purchase order is a warded. The proposed delivery schedule is as follows: up to 200 engine blocks will be delivered to the NMTC within 30-days of the option being exercised; the second group of up to 200 engine blocks will be delivered to the NMTC within 75-days of the opti on being exercised. The vendor must certify in their proposal that they can meet the aforementioned delivery schedule. The vendor should provide the Government with a firm fixed price per unit. The Government intends to evaluate proposals and award a pu rchase order without discussions, therefore, offerers initial proposal should contain the offerors best terms. The following provisions and clauses will be incorporated into the solicitation by reference: 52.204-4 - Printed or Copied-Double Sided on Recyc led Paper, 52.211-6 - Brand Name or Equal, 52.212-1 - Instructors to Offerors-Commercial Items, FAR 52.212-3 (Alt 1) - Offerors Representations and Certificatio ns, 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/login.aspx)), 52.212-4 - Contract Terms and Conditions-Commercial Items, 52.204-4 - Printed or Copied -Double Sided on Recycled Paper, 52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824), 252.212-7000 Offeror Representations and Certifications Commercial Items. The following additional clauses and provisi ons are added in full text: 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6 - Restrictio ns on Subcontractor Sales to the Government, 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-6 - Notice of Total Small Business Set-Aside, 52.219-8 - Utilization of Small Business Concerns, 52.222-3 - Convict La bor, 52.222-19 - Child Labor- Cooperation with Authorities and Remedies, 52.222-21 - Prohibition of Segregated Facilities, 52.222-26 - Equal Opportunity, 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affi rmative Action for Workers with Disabilities, 52.222-37 - Employment Reports on 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 For eign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-33, Payment by Electronic Funds Transfer-Central Contracting Registration, 52.232-36, Payment by Third Party. 252.212-7001 Contract Terms and Conditions Required to Imple ment Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.205-7000 Provision of Information to Coop erative Agreement Holders, 52.219-4, Limitations on Subcontracting, 252.225-7012 - Preference for Certain Domestic Commodities, 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concer ns, 252.243-7002 - Request for Equitable Adjustment, 252-247-7023 - Transportation of Supplies by Sea. Qualifying offers must meet the stated specifications and their quote must be accompanied by the completed provision 52.212-3 or a completed registration on the ORCA website. See paragraph I of 52.212-3 for instructions. 52.217-7 - Option for Increased Quantity -- Separately Priced Line Item, The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 210-days of award. Delivery of added items shall continue at the same rate that like items are called for u nder the contract, unless the parties otherwise agree. (End of Clause). 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 below. All answers (on a non-attribution basis) will be posted to http://216.81.179.134/ebs/advertisedsolicitations.asp. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not late r than 8:00 a.m., 13 February 2008. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shal l apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Sign and date your offer, the offer must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: CW4 Mark Thompson, Contracting Officer at or before 11:00 a.m., 19 February 2008. For information regarding this solicitation contact CW4 Mark T hompson at mark.lowell.thompson@us.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
OUSPFO FOR IOWA EBS
(http://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-08-Q-0011/listing.html)
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Avenue Johnston IA
- Zip Code: 50131-1824
- Country: US
- Zip Code: 50131-1824
- Record
- SN01498967-F 20080203/080201231258 (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 |