Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2,1997 PSA#1943

Contracting Office, Tooele Army Depot, P.O. Box 839, Building 9, Tooele, Utah 84074-5020

28 -- REBUILD LOCOMOTIVE ENGINE POWER PACK ASSEMBLIES- SOL DAAC89-97-T-0296 DUE 102397 POC Point of Contact -- Marilyn F. Martin, Contracting Officer, (801) 833-2607 WEB: None, None. E-MAIL: None, None. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number for this announcement is DAAC89-97-T-0296 and is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. This acquisition is a Firm Fixed Price, Requirements Type contract for supplies and is 100% Small Business Set-Aside. Standard Industrial Classification Code 3519. F.O.B. Destination. D.O. Rating C9(e). Offeror will submit an offer on the following: CLIN 0001, One (1) Job, Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467605 Fork Side (minimum 32 each, maximum 64 each) and P/N 8467606 Blade Side (minimum 32 each, maximum 64 each). Offeror will also submit shipping charges for each of the following destinations: CLIN 0001AA Defense Non-Tactical Generator & Rail Equipment Center, Hill Air Force Base, Utah, CLIN 0001AB Anniston Army Depot, Anniston, Alabama, CLIN 0001AC McAlester Army Ammunition Plant, McAlester, Oklahoma, CLIN 0001AD Sierra Army Depot, Herlong, California. The entire ship to address for the power packs will be identified on individual delivery orders. Power packs are for use on the 645 E V16 engine, built by Electro-Motive Division (EMD) of General Motors Corporation. All components shall be pre-assembled and returned in GFC furnished containers. Compliance with Electro-Motive Division of General Motors Corporation 645E Engine Maintenance Manual and OSHA -- 29 CFR 1910 is required. In addition to the requirements outlined in the above, the contractor will perform the following: a. The contractor shall disassemble the power assemblies and all component subassemblies. b. The contractor shall thoroughly clean and inspect all parts IAW EMD Manual. c. The contractor shall perform required inspections and measurements to insure compliance with the EMD Manual and factory remanufacturing specifications. d. The contractor shall inspect and perform alignment if any items have been replaced IAW EMD Manual. e. The remanufactured power assemblies shall include standard cast iron liners. f. Any machining of the cylinder head fire face and fire face gasket surfaces shall be accomplished so that NO difference in dimension exists between the fire face, fire face gasket surface, and the mounting face of the cylinder head IAW EMD specifications. All work performed shall meet the requirements of the EMD 645E Engine Maintenance Manual and the work specified above. All repairs and replacement parts shall comply with all EMD Manufacturers Specifications for Unit Exchange Power Assemblies. Inspection and work described herein shall be fully documented and reports shall be submitted on the results of such inspection and work. All inspection reports in accordance with EMD Service Manual shall be required upon delivery of the power assemblies. All component dimensions shall meet EMD measurements /specifications for UTEX power assemblies and be documented for each assembly. Documentation of component dimensions are to be provided on the cylinder head and accessories; piston assembly and connecting rod; and cylinder liner. Documentation to be furnished with the power pack assemblies upon delivery. The Government Furnished Equipment power packs will be packaged in expendable storage containers. Required delivery time is 60 days after receipt of core. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. The provision at 52.212-1, Instructions to Offerors -- Commercial Items, 52.212-3, Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 252.212-7000 Offeror Representations and Certifications -- Commercial Items, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses are applicable to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.219-14, Limitation of Subcontracting, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7012, Preference for Certain Domestic Commodities, 252.247-7024, Notification of Transportation of Slupplies by Sea, 52.216-21 Requirements, 52.216-18 Ordering (insert in paragraph a. Such orders may be issued from date of contract award for a period of one (1) year.) 52.219-19 Order Limitations (paragraph a, insert 8, paragraph b(1), insert 32, paragraph b(2), insert 32, paragraph b(3), insert 60 days), 52.232-18, Availability of Funds, 52.245-4, Government-Furnished Property (Short Form). Offerors must include a completed copy of the provision 52.212-3 with their offer. Offerors are also reminded to submit the information required by 52.212-1(b). You may contact Marilyn F. Martin, Contracting Officer at (801) 833-2607, Fax (801) 833-3468, to request this or any clause cited herein. Offers shall be submitted in writing and are due October 23, 1997, 2:00 p.m., local time, at Tooele Army Depot, Contracting Office, Building S-9, Tooele, Utah 84074. (0273)

Loren Data Corp. http://www.ld.com (SYN# 0163 19971002\28-0001.SOL)


28 - Engines, Turbines and Components Index Page