SOLICITATION NOTICE
J -- REBUILD OF 7.5 TON CRANE CYLINDERS
- Notice Date
- 6/1/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- M67004 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700404Q0062
- Response Due
- 6/27/2004
- Archive Date
- 7/27/2004
- Point of Contact
- SGT SUMMERLIN, T. N. 229-639-6474 GYSGT MOHEAD, K. M., CONTRACTING OFFICER (229)639-6734
- Description
- This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 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 Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20 and Defense Acquisition Circular 91-13. This action is unrestricted. This solicitation contains (1) one CLIN; it is the government?s intent of awarding a firm-fixed price requirement contract for a base one-year with (4) one-year option periods. The Marine Corps Logistics Command, Albany, Georgia, has a requirement for the following items: CLIN 0001: Rebuild of the 7.5 ton Crane Cylinder. All work will be performed using applicable technical manuals and manufacturers service manuals. Cylinders will have (2) two different categories of repair, minor or major. Cost of rebuild will be based on level of repair. Minor repair: disassemble, clean, lightly hone barrels, inspect barrels and cylinder rods for reusability, replace packing and seals, assemble, test, and prime, using Sherwin-Williams primer. Base coat Rex number is E90W201, catalyst is V93V202. Major repair: disassemble, clean, lightly hone barrels, inspect barrels, and cylinder rods for reusability, replace barrels that do not meet reusability requirements, re-chrome, or replace cylinder rods that do not meet reusability requirements, replace packing and seals, assemble, test, and prime, using Sherwin-Williams primer. Base coat Rex number is E90W201, catalyst is V93V202. Work Flo w and Rebuild Requirements/Specifications. All work is performed in an enclosed environment to prevent contamination. A. Cylinder tear down procedure: 1. Any external contamination on the cylinder needs to be washed off prior to disassembly to prevent contamination of work area. 2. Cylinder is scheduled for disassembly and repair return / delivery date is established. 3. As the cylinder is disassembled all lose parts should be cleaned and placed into a container labled with all information pertinent to repair. Cylinder rods need to be wrapped to prevent damage and cylinder barrels need to be covered to prevent possible damage. 4. Disassembly cleaning Vat should maintain a contamination ISO standard particle count not to exceed 16/13. 5. All internal and external parts must be inspected for reusability. 5a. Piston must be measured to assure it is not m ore than .010 out of round. 5b. Gland must be measured to assure it is not more than .010 out of round. 5c. Cylinder Rod must be checked for straightness not to exceed a run out of 0.5 millimeters per linear foot. Rod must also be inspected for chrome damage. Any imperfections to the Rod such as scratches that can be felt with the fingernail must be re-chromed or replaced. 5d. Barrel must be checked to assure it is not more than .010 out of round and free of scratches. B. Cylinder Reconditioning / Assembly: 1. All parts must be re-cleaned in assembly cleaning vat prior to assembly. Assembly cleaning vat should maintain a contamination ISO standard particle count not to exceed 16/13. 2. Cylinder rods meets reusability guidelines, otherwise re-chrome or replace. 3. All cylinder barrels receive a light hone, if any imperfections such as out of round or scra tches remain after a maximum of .010 internal barrel material has been removed, barrel must be replaced. 4. After barrel honing, barrel must be cleaned of honed material. Honing cleaning station should meet ISO particle count of 16/13. 5. Cylinder parts are placed on assembly table with CLEAN TEFLON top workspace to keep cleaned parts free from contamination and possible damage. 6. Cylinders are to be assembled using new seals and packing. C. Cylinder Testing / Painting: 1. After assembly cylinder must be tested to OEM rated operating pressure of cylinder. Testing unit MUST be capable of applying rated operating pressure to both sides of the piston, this test must be gauged to show internal pressure is holding and Hydraulic oil is not bypassing piston. Cylinder must function properly and be leak free for a minimum of (5) five minutes. 2. After testing cyl inder, it must be plugged and prepped for painting. 3. Description of (1) one kit of cylinders for the 7.5-Ton crane: 3a. Axle lockout cylinder; Part Number: 709-1003; Quantity: 2 each. 3b. Outrigger cylinder; Part Number: 709-1005; Quantity: 4 each. Part Number: LOA-C-6-D-R1 will be replaced 100%. 3c. Steering cylinder; Part Number: 709-1002; Quantity: 4 each. 3d. Boom hoist cylinder; Part Number: 709-1006; Quantity: 1 each. 3e. Extended cylinder; Part Number: 709-1004; Quantity: 1 each. Work will be performed at the contractor?s site. Contractor will be responsible for pick up of the cylinders from the designated work area and delivery. The contractor will be responsible for furnishing all material including new seals and packing, tools, and test equipment. On site demonstration of repair process and test may be required at customer?s request. Repair cycl e time will be (7) seven calendar days with a minimum production rate of (8) eight and a maximum of (12) twelve kits of cylinders per month. The kits will be delivered FOB Destination to the following address: MAINTENANCE CENTER, WAREHOUSE 1331, DOOR 10, BAY 3, ALBANY, GA 31704. The government reserves the right to select bids based on cost, delivery schedule, and as most advantageous to the government. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine the best value to the Government: Price, Technical Acceptance and Delivery. The following FAR/DFAR Clauses/Provisions apply: 52.252-2, Solicitation Clauses Incorporated by Reference; 52.212-1, Instructions to Offe rors ? Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-3, Offeror Representatives and Certifications ? Commercial Items, www.arnet.gov; 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: 52.203-6, Restriction on Subcontractor Sales to the Government; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 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; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic funds transfer ? CCR); 52.216-2, Economic Pricing Adjustment- Standard Supplies; 52.216-18, Ordering; 52.216-21, Requirements; 52.217-9, Option To Extend The Term of The Contract; 52.243-1 Alt II, Changes ? Fixed Prices; 52.249-2, Termination for Convenience of The Government (Fixed- Price); 52.249-8, Default (Fixed- Price Supply); 252.212-7000, Offeror Representatives and Certifications ? Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.232.7003, Electronic Submission of Payment Requests); and 252.243-7001, Pricing of Contract Modifications. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representatives and Certifications ? Commercial Items. In the event that FAR 52.212-3 cannot be obtained send an email or fax requesting a copy. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register 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, facsi mile, or emailed quotes and the above required information must be received at this office on or before 27 June 2004, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Contracting Department, Marine Corps Logistics Command; Albany, Georgia. Email: summerlintn@logcom.usmc.mil, Fax: (229) 639-6791
- Record
- SN00595417-W 20040603/040601212117 (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 |