Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
SOURCES SOUGHT

28 -- Sources Sought for Remanufacture of Engine Assembly NSN 2815-01-486-7691 - TM Parts List

Notice Date
7/24/2018
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, Headquarters, US Army Materiel Command, 9301 Chapek Road, Ft. Belvoir, Virginia, 22060
 
ZIP Code
22060
 
Solicitation Number
952-201804
 
Archive Date
9/24/2018
 
Point of Contact
Edward G Engbert, Phone: 4433956222
 
E-Mail Address
edward.g.engbert.civ@mail.mil
(edward.g.engbert.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NATIONAL MAINTENANCE WORK REQUIREMENT CONTAINING NATIONAL MAINTENANCE REPAIR STANDARDS FOR FARYMANN DIESEL ENGINE Parts List from updated Army TM (subject to future modification) This is a market survey to locate sources of supply for commercial services to overhaul and/or remanufacture the Farymann Model 43F Diesel Engine and all components of engine assembly NSN 2815-01-486-7691. Background/Performance Requirement; the 43F Diesel Engine is a four cycle, single cylinder, air cooled, fuel injected, horizontal cylinder engine. It has a 95 millimeter (mm) bore, a 100 mm stoke, 709 cubic centimeter displacement, and has a rated output of 13.5 horsepower at 3000 revolutions per minute (rpm). The engine has oil pressure forced lubrication. The fuel injection pump and the valves are controlled by the camshaft which is driven by the crankshaft. The fuel injection pump (self-venting fuel system) is driven directly while the valves are driven by push rods and rockers. An electric starter and a manual starting device are provided to start the engine. The engines are equipped with a fully automatic decompression system and a fully automatic starting enrichment quantity. The federal government will provide unserviceable units (cores) as governmental furnished equipment (GFE) to the contractor overhauling the engine. The estimated annual quantity for the purposes of this announcement is fifty units per year. The engine assembly, NSN 2815-01-486-7691, consists of the engine plus multiple accessory items as defined by the following vendor CAGE codes and PNs: Dewey Electronics, CAGE: 14058, P/N: 96-9370; Quality Defense Spares Inc. (QDS), CAGE: 0ZSC3, P/N: MP-028; Marvin Land Systems, CAGE: 064H2, P/N: 432-9900. The Model 43F engine is a major component of the 5 kW Auxiliary Power Unit (APU) MEP 952B, NSN 6115-01-452-6513. Detailed technical data for the manufacture of both the entire APU and the engine assembly are not available from the Army. However, reference overview drawings and a general parts list is available from the most recent Army Technical Manual (attached to this announcement). Interested contractors shall provide all services, labor, facilities, equipment, tools, parts, materials, and shipping costs to remanufacture the engine to the National Maintenance Work Requirements contained in NMWR 9-2815-535, the Army Technical Manual (TM) 9-6115-664-13&P and the Original Equipment Manufacturer (OEM) Standards. Maintenance Forms, Records, and Reports: Department of the Army forms and procedures used for equipment maintenance will be those prescribed by DA PAM 750-8, The Army Maintenance Management System (TAMMS) Users Manual. Internal control forms may be used in accordance with the administrative requirements of the overhaul activity. Suppliers capable of supplying either of the aforementioned parts and services must indicate by writing to: Commander, USA CECOM, ATTN: Edward Engbert, RDER-PRP-G, 6590 Reconnaissance Street, Building 6010, Space 226-21, Aberdeen Proving Ground, MD 21005 or by email to both Edward Engbert at edward.g.engbert.civ@mail.mil Insert the NSN in email correspondence to inclue the following words in the subject line as follows "NSN 2815-01-486-7691". Interested vendor responses must include documentation such as test results, copy of purchase orders if the supplier was a vendor to the listed source or a statement from listed source demnstrating that the supplier can supply the Army with a unit from the listed source. The response should also include production lead times, number of years parts will be available, rough order of magnitude (ROM) cost estimate on a per unit basis, price break ranges if applicable, part number & CAGE # of proposed parts, or any other information that could affect the acquisition, supply and delivery of the parts. The Government will consider parts from other sources that have the same form, fit, and function as the required parts. Alternate parts would have to pass extensive performance and qualification testing to ensure the parts meet the Military's requirements. The cost of which would be considered in the acquisition decision. Successful supplier may be required to warrant that the item supplied will satisfactorily perform when used for the purpose intended by the Army. Please complete the following questions. If a question does not apply, please enter N/A or non-applicable. 1) Provide a brief summary of your company and its core competencies. Describe the role that your company provides in the remanufacture of the engine assembly and its separate components. 2) Please provide the following Point of Contact information on all responses: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3) Has your Company provided this service to the Army or other Government Agencies in the past? if so please provide the Agency Contract Number, Point of Contact (POC), e-mail address, phone number, and dollar value of the Contract? What is a good Rough Order of Magnitude (ROM) cost estimate on a per unit basis? 4) Describe your manufacturing and supply capabilities in terms of stock on hand for production start, minimum lead time notification periods, minimum production order requirements, price breaks for volume purchases, what a full production rate is and how long it takes to achieve after contract award, and if initial production can be expedited for a fee, any additional cost for expediting production, and the expedited production lead time. 5) Does your Company hold a current Government multi-use contract, such as a GSA Federal Supply Schedule contract, for this engine? If so, please provide the current contract number. 6) Describe how your company addresses production quality control in terms of qualification testing during initial production and periodic testing during ongoing production. How do these capabilities lend themselves to the production of the subject part of interest? 7) Is the part you are proposing available in the commercial market place? 8) If additional time is needed to respond to this inquiry, please contact Edward Engbert. For more information contact Edward Engbert, Edward.g.engbert.civ@mail.mil, (443) 395-6222. Responses to this announcement must be received no later than the deadline of midnight EST on Sunday, 12 August 2018. Notice: The Government will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. This Request for Information (RFI) is for planning and market research purposes only, and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/W73QKK/952-201804/listing.html)
 
Place of Performance
Address: DLA Land Aberdeen, 6001 Combat Drive, APG, Maryland, 21005-1846, United States
Zip Code: 21005-1846
 
Record
SN05003914-W 20180726/180724230729-4977097a3830903caf8483a5a7d8a7e8 (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.