Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13, 2001 PSA #2997
SOLICITATIONS

28 -- ENGINE/TRANSMISSION REBUILT

Notice Date
December 11, 2001
Contracting Office
Directorate of Contracting, 1733 Pleasonton Road, Attn: ATZC-DOC, Fort Bliss, Texas 79916-6816
ZIP Code
79916-6816
Solicitation Number
DABT51-02-T-0012
Response Due
December 20, 2001
Point of Contact
ANTONIO QUESADA (915) 568-3995 (Admin questions()
Description
Clin 0001:Rebuild of EPP 8-cylinder 150KW diesel engine. Disassemble entire engine and all components magna-flux all components. Contractor will inspect head resurface or if needed replace, replace all valves, valve guides, and seals, inspect the block and hone cylinders or replace as needed, inspect crank and regrind to specification or replace as needed. Inspect rods, shot peens, pistons, cam, and replace if needed. Inspect rods, shot peens, pistons, cam, replace if needed. Replace all piston rings, rod bearings, main bearing,CAM bearing, and oil pump, Contractor will replace oil filter and prime the oil pump.New gaskets and seal kit will be used to assemble the entire engine. All replacement components must be new. All defects found will be recorded and reported as a rebuilt or repaired with a complete listing including but notlimited to materials, labor, parts supplies used as well as associated cost for each. It is the responsibilty of the contractor to provide components production control and quality assurance. Clin 0002: Rebuild of 5-Ton Allison MT 654 Transmission to include but not be limited to disassemble entire transmisson associated components, magna-flux all components inspect and replace as needed the following for cracks and wear, all hard parts, pump, planteraris, and drums, Replacement of components will be with new items. replace all seals, metal clad seals,lip seals, sealing rings, teflon rings, metal rings, clutches torque converter and bands. Assemble inner unit to factory tolerance. Assemble entire unit and set clearances. All defects found will be recorded and reported as rebuilt or repaired with a complete listing which includes but is not limited to materials, labor, parts and suppplies uses associated cost for each. The contractor will provide component production control and quality assurance. This requirement is restricted to offerors within a 25-mile radius of Fort Bliss Texas 79916. The contractor shall be a local vendor to facilitate in the pick-up, delivery and follow-up for any warranty work. Contractor will provide FREE pickup of items located at building 2643-W Chaffe Road located on Fort Bliss, immediately upon contract award and rebuilt items outlined. Contractor must provide an unconditional warranty on all components rebuilt or replaced for a period of not less that than one year. This is a combined synoposis/solicitation for commercial items IAW format in Subpart 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DABT51-02-T-0012 and is issued as requested for proposal (RFP) This RFP incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 97-27. The National American Industry Classification Standard (NAICS)is 811118 and business size standard is $5 million. This requirement is a 100% small business set-aside. The following FAR proposition and clauses apply to this solicitation: 52.212-1 -- Instructions to Offerors- Commercial Items. 52.212-2 -- Evaluation of Commercial items (Evaluation factors being price, past performance, and turn around time, each being equally considered in the evaluation process; 52,212-3 -- Offeror Representation and Certification-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. The following Defense Federal Acquisition Regulation Supplement (DFAR) provisions and clauses apply to this solicitation; 252-225-7000 -- Buy American Act -- Balance of Payments Programs Certificate; 252.212-7000 -- Offerer Representations and Certifications -- Commercial Items; 252.212-7001 -- Contract terms and conditions required to Implement statutes or Executive Orders applicable to the Defense acquisitions of commercial items; 252.204-7004 -- Required Central Contractor Registration; 252.225-7017 -- Prohibition on Award to Companies Owned by the People's Republic Of China. Copy of provisions and clauses are available on the Internet at htts://farsite.hill.af.mil. Qualifying offers will be meet the stated specifications and be accompanied by completed provisions/clauses/clauses 52.212-3, 252.225-7000. Offerors must have a valid DUNS Number (1-800-333-0505.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Required information and completed offer, to include specifications, warranty infomation may be be faxed to 915-568-5643 or mailed to Directorate of Contracting, ATZC-DOC, Attn: Antonio Quesada, 2021 Club Road, Ft Bliss, Tx 79916. Offers must be received no later than 1:PM local time 20 December 2001. All responsible sources may submit an offer, which shall be considered by the agency.
Record
Loren Data Corp. 20011213/28SOL002.HTM (W-345 SN5148U2)

28 - Engines, Turbines and Components Index  |  Issue Index |
Created on December 11, 2001 by Loren Data Corp. -- info@ld.com