Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,2000 PSA#2552

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

28 -- REBUILD POWER PACKS SOL DAAA14-00-T-0531 DUE 032300 POC Contact Marilyn F. Martin, Contracting Officer (435)833-2607 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 DAAA14-00-T-0531 and is issued as a Request for Quotation. This acquisition is a Firm Fixed Price, Requirements Type Contract for supplies and is 100% Small Business Set Aside. Award will be for a base year with four (4) option years, not to exceed a total of five (5) years. Standard Industrial Classification Code 3519. Unit prices shall include shipping charges for FOB destination deliveries which may include any one of the following destinations for shipment (1205th USAR, Connecticut, 757th USAR, Wisconsin, Ft McCoy, Wisconsin, Anniston, Alabama, Ft. Bliss, Texas, Ft. Bragg, North Carolina, Ft. Campbell, Tennessee, Ft. Carson, Colorado, Ft. Eustis, Virginia, Hawthorne, Nevada, Holston AAP, Tennessee, Ft. Hood, Texas, Ft. Irwin, California, Leonardwood, Missouri, Ft. Lewis, Washington, McAlester AAP, Oklahoma, Milan AAP, Tennessee, Radford AAP, Virginia, Sierra AD, Nevada, Ft. Stewart, Georgia, Sunnypoint, North Carolina, Tooele, Utah, Hill Air Force Base, Utah). The entire ship to address for the power packs will be identified on individual delivery orders. D.O. C9(e). Offeror will submit an offer on the following: CLIN 0001: Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467605, Fork Side (minimum 32 each, maximum 128 each). CLIN 0002: Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467606, Blade Side (minimum 32 each, maximum 128 each). CLIN 0003: OPTION YEAR ONE Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467605, Fork Side (minimum 32 each, maximum 128 each) CLIN 0004: OPTION YEAR ONE Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467606, Blade Side (minimum 32 each, maximum 128 each) CLIN 0005: OPTION YEAR TWO Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467605, Fork Side (minimum 32 each, maximum 128 each) CLIN 0006: Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467606, Blade Side (minimum 32 each, maximum 128 each) CLIN 0007: OPTION YEAR THREE Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467605, Fork Side (minimum 32 each, maximum 128 each) CLIN 0008: OPTION YEAR THREE Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467606, Blade Side (minimum 32 each, maximum 128 each) CLIN 0009: OPTION YEAR FOUR Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467605, Fork Side (minimum 32 each, maximum 128 each) CLIN 0010: OPTION YEAR FOUR Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467606, Blade Side (minimum 32 each, maximum 128 each) Locomotive Work Specification for Power Pack Assembly, #DGRC-CORP1, Revision 2, dated 26 February 1997 -- This specification provides the minimum requirement for overhaul to original standards and specification of power pack assemblies, part number 8467605 fork and 8467606 blade, for 645E V16 engine, build 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 referenced EMD Manual. c. The contractor shall perform required inspections and measurements to insure compliance with the referenced EMD manual and factory remanufacturing specifications. d. The contractor shall inspect and perform alignment if any items have been replaced IAW referenced 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 the 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 requirement of teh EMD 645E Engine Maintenance Manual and the work specified above. Inspection and work as described herein shall be fully documented and reports shall be submitted on the results of such inspection and work. All repairs and replacement parts shall comply with all EMD Manufacturers Specification for Unit Exchange Power Assemblies. 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 GFE 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 97-15. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items, 52.212-3 Offeror Representations and Certifications Alternate I, 52.212-4 Contract Terms and Conditions, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 252.212-7000 Offeror Representation and Certifications -- Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses are applicable to thlis solicitation: 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), 52.216-19 Order Limitations (paragraph a, insert 8, paragraph b(1) insert 16, paragraph b(2) insert 32, paragraph b(3) insert 60 days), 52.217-5 Evaluation of Options, 52.217-9 Option to Extend the Term of the Contract (paragraph a, insert 30 calendar days and 60 calendar days, paragraph c, insert five (5) years, 52.245-4 Government Furnished Property (Short Form). Offerors must include a completed copy of the provision 52.212-3 with thier offer whichcan be accessed in full text at the Army Acquisition Internet address: http://acqnet.sarda.army.mil. Offereors are also reminded to submit the information required by 52.212-1(b). Offers shall be submitted in writing and are due 23 March 2000, 2:00 p.m. local time, at Tooele Army Depot, Contracting Office, Bldg. 501, Tooele, Utah 84074. Any information regarding this solicitation can be directed to Marilyn F. Martin, Contracting Officer at (435) 833-2607 or email martinm@tooele-emh2.army.mil. See Numbered Note (s) 1.***** Posted 03/06/00 (W-SN431377). (0066)

Loren Data Corp. http://www.ld.com (SYN# 0185 20000308\28-0001.SOL)


28 - Engines, Turbines and Components Index Page