Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

28 -- Deutz Diesel Engines

Notice Date
3/4/2022 5:25:11 PM
 
Notice Type
Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
FA5215 766 ESS PKP JBPHH HI 96860-4928 USA
 
ZIP Code
96860-4928
 
Solicitation Number
FA521521Q0013
 
Response Due
4/4/2022 5:00:00 PM
 
Archive Date
04/19/2022
 
Point of Contact
Kara Buwolda, Phone: 907-552-7237, Ellen Souhrada, Phone: 907-552-2063
 
E-Mail Address
kara.buwolda.2@us.af.mil, ellen.souhrada@us.af.mil
(kara.buwolda.2@us.af.mil, ellen.souhrada@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. �This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� ***NOTE*** All instructions, templates, and formats contained herein shall explicitly be adhered to; otherwise, a quote is determined to be incomplete and shall not be considered for award.� If you are the apparent awardee, the Government will notify you immediately by sending a copy of the contract for your signature. �The signed contract shall be returned to the Government within 24 hours once it is received, and will then be distributed once the contract is awarded. �If you do not meet the required deadline, the Government reserves the right to award to the next technically acceptable offeror. 2. �Solicitation Number: FA521521Q0013 3. �This Synopsis/Solicitation is issued as a Request for Quote (RFQ) 4. �Provisions and clauses in effect through Federal Acquisition Circular FAC 2021-03 (Or most current publication) 5. �A notice regarding any set-aside: Total Small Business Set Aside 6. �NAICS Code: 333618 7. �Small Business Size Standard: 1500 employees 8. �Statement regarding the Small Business Competitiveness Demonstration Program, if applicable: �N/A 9. Contract Line Item Number(s) (CLINs) and items, quantities and units of measure, (including option(s), if applicable): (See Attached Bid Schedule) Contractors shall submit in accordance with the attached Government Bid Schedule format. Bid shall not exceed two decimal places. � 10. �Description of requirements for the items to be acquired:� �� �The 611 CES has a requirement to buy between 2 and 50 Deutz Diesel Engine Kits, as described below, through an IDIQ with one base year and 4 option years. The initial order will be for 10 kits. �� ��� ��� ��� �Each assembly kit must include the following items: �1 - Deutz Diesel Tier 4i Engine with EGR Valve, Rated at 63.7 HP @2600 RPM; 24 Volt electrical system, 1 - Deutz LOFA 24 VDC Control Panel with internal gauge illumination wiring harness and no external factory harness, 1 - Power Take-Off (PTO) package, HSG size 4; Clutch size 8S, 1 - 24 VDC Starter, 1 - 24 VDC Alternator, 1 - 24 VDC Shutdown Solenoid, 2 - 24 VDC Glow Plugs, 1 - Engine Harness with integral relay sockets, 1 - Exhaust pipe, 1 - Guard cooler, 1 - Throttle Lever/mounting kit, speed control, 1 - Aluminum Vernier throttle cable, 75 inches long, 1 - Truck valve, lube oil drain, 1 - Adapter, oil drain, 1 - Timing Control Unit, 1 - Relay, Slave, 1 - Wiring Harness for LOFA Panel Gauge Illumination, 2 - Lifting eyes, engine, 1 - Rigid Mount Kit, 1 - Flex Mount Kit, 1 - Parts manual (Deutz) and Operators/Instruction manual (P/N: Deutz), 1- Freight expenses, The vendor will perform the following actions prior to shipment: Perform quality assurance (QA) inspection to verify operation and correct indication on control panel for all engine safety shut down devices, such as low oil pressure and high engine temperature. Ensure all gauges are functioning properly and calibrated; throttle operates freely with no binding, and D.C. charging system checked. �Verify engine preheat system is operational through the preheat controller and indicating properly on the engine control panel. The diesel engine assembly kit/PTO must be assembled with the exception of the LOFA 24 Volt control panel, the Parts manual, and the Operators/Instruction manual, which will be separate, but still packaged with the engine. Loose items will be verified and inventoried for packaging/completeness. All engines (P/N: D2011L04i) are required to have a three (3) year warranty. 11. �Place(s) of Delivery and Acceptance: � a.�� �Delivery Terms: Vendor Shall Specify b.�� �Inspection/Acceptance Terms: Destination/Destination c.�� �Delivery Location:� 611 CES CEOEM 5250 GIBSON AVE JBER AK 99506-4400 United States �� ��� ��� ��� � 12. Attachments: Attachment 1 - Bid/Quote Schedule Attachment 2 - Class Deviation 2018-O-0021 13. The name and email of the individuals to contact for information regarding the solicitation are: Contract Specialist: Kara Buwolda at kara.buwolda.2@us.af.mil or Contracting Officer: Ellen F. Souhrada at ellen.souhrada@us.af.mil. *Due to COVID-19 we are teleworking, please use email to contact* 14. �Additional Information:� Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. � If you are not registered you may make a request through the SAM website at http://www.sam.gov.� Be advised that all interested parties must be registered as a small business in the Small Business Administration (SBA) Dynamic Business Search Database under the proper NAICS Code in order to receive an award. � If you are not registered, you may self-certify through the SBA website at http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm. Be advised: Upon award or at any time during the contract option years, the contract may be incrementally funding IAW DFARS clause 252.232-7007 Limitation of Government�s Obligation. � IAW DFARS 252.232-7003(b)(1) all invoices shall be submitted via Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. �(Procedures and POC�s specific to this contract will be added to the contract). 15. �The provision at FAR 52.212-1 Instructions to Offerors and 52.212-2 Evaluation � Commercial Items apply to this acquisition.� Addendum to FAR 52.212-1, Instructions to Offerors The following is to be added to FAR 52.212-1 paragraph (b): 1.�� �Please provide your price quote on the attached bid schedule. Bid shall not exceed two decimal places. Please note missing this attachment in your proposal submission will result in your proposal being determined unacceptable. 2.�� �The quote in its entirety shall not exceed fifty (50) pages.� 3.�� �Please provide the following documentation in your quote: a.�� �All documents required under #18 of this document. b.�� �Shall provide a completed copy of FAR 52.212-3, with Alternative I - Offeror Representations and Certifications-Commercial Items. c.�� �The Contractor will have and provided a current SAM registration with a Small Business certification under this solicitation NAICS code size standard.� d.�� �Shall complete and provide representation IAW FAR 52.204-24, and provide additional disclosures, if applicable. See pages 7 through 9 of this document for full provision.� e.�� �Shall complete and provide representation IAW FAR 52.204-26, and provide additional disclosures, if applicable. See page 9 of this document for full provision. f.�� �Shall complete and provide representation IAW DFARS 252.204-7017 and provide additional disclosures, if applicable. See pages 10 through 11 of this document for full provision. NOTE: �The aforementioned documentation are considered required for a quote to be considered �acceptable for contract award.� 4.�� �All questions are due on or before 12:00 PM (AKST), 18 March 2022. Answers will be posted to beta.SAM.gov not later than 23 March 2022 5.�� �Offers shall be emailed to Contract Specialist Kara Buwolda via e-mail at kara.buwolda.2@us.af.mil and Contracting Officer Ellen Souhrada via e-mail at ellen.souhrada@us.af.mil. Please DO NOT post offers to beta.SAM.gov. Failure to respond to both may result in being technically unacceptable.� 6.�� �Offers are due on or before 04:00 PM (AKST), 04 April 2022. Offers shall be valid for a period no less than 90 days. Please request read receipt on all submitted quotes.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7facad0c16804149bc1fe6b9d66ec01b/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN06257816-F 20220306/220304230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.