SOLICITATION NOTICE
28 -- 8.3L Engine Block Kits, Fuel Pumps, Cylinder Liner Kits
- Notice Date
- 5/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 441310
— Automotive Parts and Accessories Stores
- Contracting Office
- USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-04-R-0006
- Response Due
- 5/31/2004
- Archive Date
- 7/30/2004
- Point of Contact
- Renee Berg, 515-252-4615
- E-Mail Address
-
Email your questions to USPFO for Iowa
(renee.berg@ia.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement co nstitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912LP-04-R-0006. All proposals shall reference the RFP number and shall be submitted by 4:30 P.M. local time on 31 May 2004. The anticipated award date is 2 June 2004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-23 dated 5 May 2004. This sol icitation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 441310 size standard of 6.0. The Iowa National Guard wishes to acquire twenty-nine (29 ea.) 8.3L Engine Block Kits, fifteen (15 ea.) Fuel Pumps, and two-hundred and forty (240 ea.) Cylinder Liner Kits to carry out the National Maintenance Training Centers mission requirements. The following are specifications for the 8.3L Engine Block Kits: Qty 29 ea. NSN: 2815-01-330-8069, Part Number: 396 8733, Applicable End Item M939A2. The twenty-nine (29 ea.) 6CTA 8.3L Engine Block Kits will consist of the following: 1 ea. cylinder block; 1 ea. set of standard main bearings for the crankshaft; 1 ea. complete set of head bolts. These head bolts must be of the torque turn design; 1 ea. plug kits. This kit will contain all the freeze and pipe plugs to properly seal all the required oil and water passages; 1 ea. pump assembly. All components listed above must meet minimum OEM specifications. Delivery for engine blocks: Fifteen of the engine block kits need to be delivered to the National Maintenance Training Center, 7700 NW Beaver Drive, Johnston, IA 50131-2416 no later than 11 June 2004. The remainder of the block kits will need to be delivered to the same location no later than 16 June 2004. The following are specifications for the requested Fuel Pumps: Qty 15 ea. NSN: 2910-01-268-8757, Part Number: 0 403 436 109 or Cummins Part Number: 3915581, Applicable End Item: M939A2. The vendor will provide the following: All new gaskets and seals for the repair of the fuel pumps; All labor to disassemble, clean, inspect and re-assemble 15 ea. fuel pumps. Requirements: The repaired fuel pumps will have a 1-year warranty; The fuel pump housing will be clean a nd free of all residue; All clearances and re-usable parts will meet OEM specifications. The vendor will be required to test each fuel pump to ensure that it meets or exceeds OEM specifications. Vendor will pick up and deliver the fuel pumps from the Nati onal Maintenance Training Center, Bldg S-4, 7700 NW Beaver Drive, Johnston, IA 50131-2416. Required delivery date for all 15 fuel pumps will be 11 June 2004. The following are specifications for the requested Cylinder Liner Kits: Qty 240 ea. NSN: N/A, P art Number: 3934585, Applicable End Item: M939A2. The two hundred and forty (240 ea.) 6CTA 8.3L Cylinder Liner Kits will consist of the following: 1 ea. cylinder liner; 1 ea. piston ring set; 1 ea. seal ring, rectangular in design; 2 ea. retaining rings; 1 ea. piston, engine; 1 ea. pin, piston. The aforementioned components of the Cylinder Liner Kit will meet at a minimum all OEM specifications. Required delivery date for all 240 Cylinder Liner Kits will be 15 June 2004. 52.212-2, Evaluation ?????? Commer cial Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous representing the best value to the Government price and other factor s considered. The technical factors will be rated significantly higher than the cost factors. The technical factors include ability to meet specifications, past performance and delivery date. The vendor shall outline in sufficient detail how they intend to provide the required maintenance actions and supplies outlined in the aforementioned text. The information provided by the vendor will be used to allow a boa rd to review and rate the proposal. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the information provided by the offerors and/or through other sources. The offeror must identify three Federal, State or local Government and private contracts for which the offeror has supplied similar services or supplies to those identified in this solicitation. Refer ences should include the most recent contracts completed within the last five years. The offeror shall provide a point of contact, current telephone numbers and fax numbers for each contract. The vendor shall identify the number of days it will take to pr ovide the requested supplies and services. Failure to do so will indicate an acceptance of a delivery date of June 11, 2004. Offerors shall address each evaluation factor stated above; failure to address any item may cause the offerors proposal to be re jected. Offerors are reminded to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their proposal. FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.204-7, Central Contracting Registra tion, FAR 52.222-25, Affirmative Action Compliance, and FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, are hereby incorporated by reference. The following clauses within 52.212-5 apply to th is solicitation and any resultant contract: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Dis advantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-3 7, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.232-33, Pay ment by Electronic Funds Transfer - Central Contractor Registration . 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires. The following additional clauses and provisions are incorporated by refe rence: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference. The clauses and provisions incorporated by reference can be accessed in full text at http://akss.dau.mil/jsp/default.jsp. The following clau ses within 252.225-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002 Request for Equitable Adjustment. Sign and date your offer, the original must be su bmitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-2416, ATTN: CW3 Mark Thompson, Contracting Officer at or before 4:30 p.m., 31 May 2004. For information regarding this solicitation contact SSgt Renee Be rg at 515-252-4615.
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
- Zip Code: 50131-2416
- Country: US
- Zip Code: 50131-2416
- Record
- SN00590434-W 20040523/040521212210 (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 |