Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22, 2000 PSA #2691
SOLICITATIONS

J -- COOLING TOWER REBUILD

Notice Date
September 20, 2000
Contracting Office
Contracts Department, P. O. Drawer 43019, MCLB, Albany, GA 31704-3019
ZIP Code
31704-3019
Solicitation Number
M67004-01-Q-0004
Response Due
October 6, 2000
Point of Contact
Sgt Jones or MSgt Beaulieu, Code 89-1, (912)693-6715
Description
This is a combined synopsis/solicitation for commercial service 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; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13 and Defense Acquisition Circular 91-13. This action is being competed as unrestricted to business size. The following service is required for the MK48 Logistics Vehicle Support (LVS): Rebuilding/Cleaning of Government Owned Radiator (Cooling Tower) Assemblies , NSN 2930-01-181-6743 to include: cleaning and flushing of all interior surfaces of coolers, to include removing corrosion and sludge from tanks as applicable. Remove corrosion and foreign material from exterior of coolers. Leak(s) in flat surfaces of tanks are to be repaired by sweating sheet metal over source(s) of leaks. Engine radiator cores will be replaced 100%. Filler cap will only hold 7 p.s.i. (337.85) and must function properly. Drain cocks will not leak and must be capable of opening and closing by hand without the use of tools. Safety sight gauge shall be clear and not leak. Overflow tube shall be clear of obstructions and function as required. Replace foam on top of radiator tank, Part number 106855. Pressure test radiator 3 p.s.i. above operating pressure. Operating pressure is 8 p.s.i. Inspect oil cooler (hydraulic and transmission) fins to see that they are parallel and that tubes are not bent or broken. Inspect all soldered seams and attachment of inlet and outlet fittings weldments for leaks. Pressure test coolers to 125 p.s.i. (maximum) as stated in rebuild standard. Service Provider will be responsible for furnishing new cores, all required hardware, and paint. Paint to be used is N-2407 Black Radiator Dip Air Dry. Paint Thinner is Thinner Dope and Lacquer-Cellulose Nitrate. Service provider shall use twelve (12) ounces of Lacquer Dope Thinner to one (1) quart of radiator paint and mix thoroughly. Two coats of paint shall be applied to the coolers, covering all sides and flues, fins, and radiator tanks upper and lower. Upon completion of rebuild, cleaning and painting, cooling tower assemblies will be reassembled to installation configuration. The following technical manuals are required: RS-08780A-50, TM2320-34/13=TM9-2320-297-34, TM2320-24P/14B=TM9-2320-297-24P, and TM4750-15/1 (Paint). The service provider will pick-up cooling tower assemblies and deliver cooling tower assemblies to two (2) separate locations aboard MCLB, Albany, GA. Contractor must be able to complete the above listed services within (7) days of receipt of assemblies. The Period of Performance for the contract resulting from this solicitation shall be from the time of award to 30 September 2001. During this time period a minimum of ten (10) Cooling Assembly rebuilds will be required. Additionally, the contract may be modified throughout the period of performance for the rebuilding of additional Cooling Assemblies as needed. FAR Clauses/Provisions: 52.203-3, Gratuities, 52.212-1, Instructions to Offerors Commercial Items, 52.222-41 Service Contract Act of 1965, as amended; 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors Commercial Items and 52.212-3, Offeror Representations and Certifications Commercial Items. The offeror should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register or accept the Government Credit Card as a form of payment to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written quotes and the above required information must be received at this office on or before 6 October 2000, at 1:00 PM Eastern STD. Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
Record
Loren Data Corp. 20000922/JSOL016.HTM (W-264 SN498775)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 20, 2000 by Loren Data Corp. -- info@ld.com