SOLICITATION NOTICE
69 -- MTU 4000 Series Engine and Stand
- Notice Date
- 3/29/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001, United States
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-13-Q-AFR302
- Point of Contact
- Kelson A. Baker, Phone: 2024753716, Robert Mann-Thompson, Phone: 2024753252
- E-Mail Address
-
Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil
(Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This acquisition is being issued in accordance with FAR Subpart 12 - Commercial Items. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote number is HSCG23-13-Q-AFR302. The NAICS code is 333618 with a small business size standard of $14 Million. This requirement is a Total Small Business Set Aside submissions that do not meet the small business requirement will not be considered. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-66 (February 28, 2013). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The U.S. Coast Guard intends to establish a single award Contract for a used static engine for the U.S. Coast Guard Training Center Yorktown to be used as a training aid. FAR 52.212-1 Instructions to Offerors - Commercial items (Feb 2012) and is supplemented as follows: The proposal will be in two volumes: Volume 1: Technical Approach & Capability Offerors shall provide a detailed understanding of the Statement of Work and an indication of the make and model of the proposed engine. Volume 2: Price Offerors shall submit price proposals IAW the CLIN structure below. Prices shall be inclusive of shipping and shipped FOB Destination. CLIN 00001 Description: MTU 4000 Series Engine Part: (Offeror will provide part number) Amount: 1 Unit: EA Unit Price: ____________ CLIN 00002 Description: Engine Stand Part: (Offeror will provide part number) Amount: 1 Unit: EA Unit Price: ____________ Quote Submission Deadline: 1700 ET on April 9, 2013 via the document submission option provided by FedBizOpps in pdf format. Proposals submitted via other methods may not be considered. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. This is a lowest price technically acceptable (LPTA) solicitation. The evaluation factors are: 1.Acceptability: To determine acceptability the Government will evaluate each quoter's ability to provide the supplies in accordance with the SOW. a.Technical proposal that addresses all of the requirements in Section 5 of the SOW b.An indication of the make and model of the proposed engine 2.Lowest Price: The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). _X_ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). __ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). __ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (11) [Reserved] _X_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (18) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). _X_ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). __ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). __ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). __ (ii) Alternate I (Dec 2007) of 52.223-16. _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). __ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Mar 2012) of 52.225-3. __ (41) 52.225-5, Trade Agreements (May 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffar1.htm 52.203-5 Covenant Against Contingent Fees (April 1984); 52.203-7 Anti-Kickback Procedures(October 2010); 52.204-2 Security Requirements (August 2006); 52.204-6 Data Universal Numbering System (DUNS) Number(April 2008); 52.204-7 Central Contractor Registration (Apr 2008); 52.204-8 Annual Representations and Certifications(Nov 2011); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment(Dec 2010); 52.211-5 Material Requirements (Aug 2000); 52.225-18 Place of Manufacture (Sept 2006); 52.232-1 Payments (Apr 1984); 52.233-2 Service of Protest (Sept 2006); 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004); 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984); and 52.252-6 Authorized Deviations in Clauses (Apr 1984); HSAR 3052.247-72 - F.O.B. destination only. NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695 Contracting Office Address: USCG Headquarters (CG-9121) 2100 2nd St. SW Washington, DC 20593-0001 Point of Contact: Robert A. Mann-Thompson Contracting Officer Robert.A.Mann-Thompson@uscg.mil Phone: 202-475-3781 Point of Contact: Kelson A. Baker Contract Specialist (CTR) Kelson.A.Baker@uscg.mil Phone: 202-475-3716 STATEMENT OF WORK (SOW) DATED: JANUARY 15, 2013 1.0GENERAL. 1.1 SCOPE. The Government has a requirement for an MTU 8V4000M"XX" engine and support stand. Engine series to be the closest to in configuration to the MTU20V4000M93L being used as the main propulsion diesels on the USCG FRCs. The engine must have the optional automatic oil filter and common rail fuel system. In preparation to meet the training requirements for the new USCG Fast Response Cutter (FRC), the United States Coast Guard (USCG) desires to purchase an MTU 8V4000M"XX" engine and support stand for static use. The Static MTU Engine dramatically reduces the overall length of the course by allowing students to perform the mechanical maintenance requirements on the engine without the necessity of removing any interference's or electrical components or wiring. The initial cost of the procurement of this static engine is offset by the elimination of the mid-cycle replacement cost of procuring a renewal operating MTU 20 V4000M93L Diesel Engine for our Lab at the 10-year mark. With the students performing all repairs and maintenance procedures on the static engine, the expected life of our operational engine would be extended indefinitely. The engine will be used in the training program that directly supports maintenance and operations of the installed MDEs installed aboard Coast Guard WPC class of cutters. The engine and support stand shall be delivered to USCG Training Center (TRACEN) Yorktown, VA. 1.2 BACKGROUND. The U.S. Coast Guard (USCG) is a military, multi-mission, maritime service within the Department of Homeland Security and one of the nation's five armed services. Its core roles are to protect the public, the environment, and U.S. economic and security interests in any maritime region in which those interests may be at risk, including international waters and America's coasts, ports, and inland waterways. The USCG has made a conscious effort within the last few years to determine the most appropriate, cost effective solutions to workforce performance problems, while simultaneously optimizing the current training infrastructure to meet operational and logistical demands. The USCG currently relies heavily on contracted training for the maintenance, operation, and troubleshooting of MTU propulsion machinery and electronic controls on the WPC class cutter. The USCG training program management office (FC-Tms) has worked to garner the resources necessary to lessen the reliance on contracted training. The USCG has determined that TRACEN Yorktown's engineering and Weapons (T-ew) facility will be the future site to train operators and maintainers of this equipment. A significant T-ew facilities renovation is currently underway and will include the construction of a new building intended to house the WPC/FRC training aids, laboratories, and classrooms to create the USCG Training Center Yorktown, Engineering Systems School. This engine and stand procured by this task order shall be stored at the USCG Training Center Yorktown, Engineering Systems School. 1.3 SECURITY. Contractor access to classified information is not currently required under this task order. 1.4 PERIOD OF PERFORMANCE. The period of performance for this Purchase Order will be 12 months ARO. 1.5 DELIVERY. The primary place of performance shall be at USCG TRACEN Yorktown, VA for the delivery of an engine dynamometer and associated equipment. 1.6 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and the COR not later than five (5) business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of this task order and review the Contractor's Project Plan. The Kick-Off Meeting will be held at the Government's facility or remotely by virtual conferencing tools (i.e., teleconference, online meetings). 1.7 PROJECT PLAN. The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Project Plan shall include tentative dates for delivery of auxiliary support equipment during the Period of Performance to include any equipment options executed by the Government. The Contractor shall provide a final Project Plan to the COTR not later than five (5) business days after the Kick-Off Meeting. 1.8 STATUS REPORTS. The Project Manager shall provide a status report to the Contracting Officer and COR the last working day of each month. This report shall include a summary of all Contractor work performed, an assessment of technical progress, schedule status, and any Contractor concerns or recommendations. 1.9 STATUS MEETINGS. The Project Manager shall be responsible for keeping the Contracting Officer and COR informed about Contractor status throughout the performance period and ensure Contractor activities are aligned with USCG objectives. 1.10 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation (Windows Server 2003 and Microsoft Office Applications). 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 WPC/FRC- Patrol Boat/Fast Response Cutter 2.2 MDE-Main Diesel Engine 2.3 TRACEN-Training Center Yorktown 2.4 USCG-United States Coast Guard 3.0 GOVERNMENT FURNISHED RESOURCES. 3.1 There are no government furnished resources under this contract. 4.0 CONTRACTOR FURNISHED PROPERTY. 4.1 The contractor shall supply current technical publications (i.e. maintenance manuals, operations manual) associated with the equipment purchased under this contract. 5.0 REQUIREMENTS. 5.1 The Contractor shall provide the following: 5.1.1 MTU 8V4000M"XX" Diesel Engine. 5.1.1.1 The engine may be new or used. 5.1.1.2 The engine shall be cleaned of all external contamination to include oil, grease, and loose paint. 5.1.1.3 The engine shall be prepped, primed, and painted white. All wiring harnesses and flexible hoses shall be free of paint or other contamination. 5.1.1.4 The engine shall incorporate 24V starter, oil level monitoring pump, secondary fuel filters, plate core cooling heat exchanger, self-priming centrifugal raw water pump, gear driven coolant circulation pump, resilient engine mounts, high and low pressure fuel pumps with associated common rail piping, and Automatic Oil Filter (p/n: X59618300008/32). Or 5.1.1MTU 20V4000M93L Diesel Engine 5.1.1.1 The engine may be new or used. 5.1.1.2 The engine shall be cleaned of all external contamination to include oil, grease, and loose paint. 5.1.1.3 The engine shall be prepped, primed, and painted white. All wiring harnesses and flexible hoses shall be free of paint or other contamination. 5.1.1.4 The engine shall incorporate 24V starter, oil level monitoring pump, secondary fuel filters, plate core cooling heat exchanger, self-priming centrifugal raw water pump, gear driven coolant circulation pump, resilient engine mounts, high and low pressure fuel pumps with associated common rail piping, and Automatic Oil Filter (p/n: X59618300008/32). 5.1.1.5 The engine shall be cut to remove cylinders A3-A8/B3-B8 then mounted and aligned on an engine stand as specified in 5.1.2. The crankshaft and camshafts of the KS and KGS ends shall be properly aligned and welded to allow full engine rotation without binding or interference. 5.1.2Engine Stand for MTU Static Training Engine. The stand must have high density casters that will allow it to be moved around on the deck and locked into position. The engine stand must provide stable support for the engine assembly which weighs 15,000 pounds. The stand must allow for removal of the engines oil pan. The height of the engine mounting plates shall be approximately 30 inches of the deck after caster attachment. The finished stand shall be prepped, primed, and painted high-gloss black prior to delivery. 5.1.3 Contractor shall provide either hard or soft copies of all operational documentation for proposed engine and stand. 6.0 DELIVERABLES. The Contractor shall deliver the following at the dates indicated. ITEMSOWDELIVERABLE / EVENTDUE BY 11.10Kick-Off MeetingNLT five (5) business days after the date of award 21.10 1.11Draft Contractor Project PlanNLT Kick-Off-Meeting 31.10 1.11Final Contractor Project PlanNLT five (5) business days after the Kick-Off-Meeting 45.1.1Engine12 Months ARO 55.1.2Engine Stand12 Months ARO 64.1Engine Documentation12 Months ARO (*) Engine series to be the closest to in configuration to the MTU20V4000M93L being used as the main propulsion diesels on the USCG FRCs. The engine must have the optional automatic oil filter and common rail fuel system.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-13-Q-AFR302/listing.html)
- Place of Performance
- Address: 1 U.S. Coast Guard Training Center, Yorktown,, Virginia, 23690, United States
- Zip Code: 23690
- Zip Code: 23690
- Record
- SN03024632-W 20130331/130329234853-95b18971a2df39a909705c4357eeabe1 (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 |