SOLICITATION NOTICE
28 -- Marine Diesel Engines - IMO Tier 2
- Notice Date
- 2/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336312
— Gasoline Engine and Engine Parts Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133F-04-RQ-0038
- Response Due
- 3/4/2004
- Archive Date
- 6/3/2004
- Point of Contact
- Carla Echols, Contract Specialist, Phone (206)526-6370, Fax (206)526-6025,
- E-Mail Address
-
Carla.A.Echols@noaa.gov
- Description
- This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Solicitation Notice is No.AB133F-04-RQ-0038 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-25. The Point Adams Research Station, NOAA Fisheries requires replacing the marine diesel engines for two of its 41-foot twin-diesel power vessels obtain from the Coast Guard. The vessels are used in time-critical research designed to detect downstream-migrating, and tagging of juvenile salmon in the Columbia River estuary. Each vessel is currently powered by twin-Cummins 903 V-8 diesel engines. During the net deployment operations, each engine operates at maximum of 2,300 RPM and approximately 318 shaft horsepower. During an approximate 8-hour net towing operation, each engine operates at 1,250 RPM and about 200 shaft horsepower at a tow speed of approximately 2 knots. The following acquisition Line Items of brand name or equal are required: Line Item 1: Four (4)each - QSL-9-400MCD Cummins Marine Diesel Engines with, Four (4)each and 325 Marine Transmissions attached. Line Item 2: Shipping cost. Line Item 3: Sea Trial/Installation Supervision - 21 days. Each engine shall meet the following specifications: Power rating: 405hp; Rated speed: 2100 rpm; Rating type: Medium Continuous; Metric HP - 400; kW - 298; Max Torque FT-LBS - 1145; Max Torque N-m - 1553; RPM - 1500; Two (2)copies of operations and Maintenance Manuals - shipped separately; EPA IMO and Tier II compliant certifications; Heat exchanger configuration; Wet exhaust elbow; Cummins Quantum full authority electronic control system; 12 volt engine electrics; 12 volt starter; 12 volt alternator; Engine mounted sea water pump; Engine mounted fuel, oil and water filters; 12 volt analogue type instruments panel; 30 foot extension harness; SAE #1 Bellhousing; Transmission oil cooler; 4 vibration isolation mounts; Throttle potensiometer; oil drain hose with capped end. Marine Gear Requirements: SAE #1 Bell housing; Torsion coupling; Propeller shaft flange; Plumbing and installation on engine; Mechanical control valves; SAE "B" pad off transmission for hydraulics; Warranty. The proposals shall be prepared in accordance with FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-2 Evaluation Criteria--Commercial Items: (1) Technical capability of the item offered to meet the agency's need, (2)Price; (3) Past Performance. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain offeror's best terms from a price and technical standpoint. The offer shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.223-9 (Alt 1) and FAR clause 52.225-2;FAR clause 52.223-9; FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, apply to this acquisition and there are no addenda to this provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order - Commercial Items is applicable. Include the additional clauses 52.211-6 Brand Name or Equal; 52.214-34;52.214-35; 52.216-1;52.222-3; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-1; 52.225-5; 52.232.33; CAR 1352.201-70; CAR 1352.201-71. The order must be placed by March 15, 2003 to ensure delivery by no later than March 30, 2004. Delivery F.O.B. Destination to Point Adams Research Station, 520 Heceta Drive, Hammond, OR 97121. This is a firm fixed price contract. The proposals must be received no later than 2:00 P.M., Pacific Time, March 4, 2004 at NOAA, WASC, AMD, Bldg. #1, Seattle, WA 98115. Full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. This procurement is for Full and Open competition. For further information, please contact Carla Echols at (206) 526-6370. *****The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. for additional information and to register in CCR please access the following web site: http:///www.ccr.gov/ . In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505.*****
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/WASC/AB133F-04-RQ-0038/listing.html)
- Record
- SN00532253-F 20040228/040226234106 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |