SOLICITATION NOTICE
29 -- Remanufactured Cylinder Heads applicable to Cummins 250 Enginees for M90 Military Series Vehicles
- Notice Date
- 10/28/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336211
— Motor Vehicle Body Manufacturing
- Contracting Office
- USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
- ZIP Code
- 66611-1170
- Solicitation Number
- W912JC-05-R-5700
- Response Due
- 11/12/2004
- Archive Date
- 1/11/2005
- Point of Contact
- linda.j.criss, (785) 274-1215
- E-Mail Address
-
USPFO for Kansas
(linda.criss@ks.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 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 is a combined solicitation/synopsis to acquire Premium Remanufactured Cylinder Heads applicable to Cummins 250 Engines for M900 Series Military Vehicles for RSMS Maintenance Activity located on Ft Riley, KS. Estimated requirements is 45 to 60 cylinder heads per month, estimated yearly requirement is 720 cylinder heads. Cylinder head repair warranty shall be 12 months from date of return to the government. Estimated award date will be from 1 December 04 to 30 November 2005 as the base year for an IDIQ contract, with two additional one-year options. Interested contractors shall provide a price for the base year and the two option years of the proposed contract. Repairable cylinder as semblies shall be shipped to the vendor at government expense and the contractor shall be required to ship the repaired assemblies FOB Destination RSMS Fort Riley, KS. Three (3) each first article repair are required prior to award of IDIQ contract. Fi rst articles shall be priced separately in your proposal. Approval of the IDIQ contract shall be contingent upon approval of 1st Article Test. Estimated value of this contract is between $100,000 and $200,000. Cylinder heads must be disassembled, clean ed and inspected. Disassemble clean and inspect casting. Machine all critical surfaces. Pressure test under hot water for leaks (3 times). Reassemble head with all new components and vacuum test for valve seal. Offerors must include with their propo sal documented evidence that they have the equipment manpower and know-how of how to remanufacture cylinder heads. Firms that recognize they have the ability to repair these cylinder heads are encouraged to submit a proposal. Proposal shall include past p erformance information listing at least three prior clients you have performed similar type services for, including point and contact and telephone number of prior clients. A technical acceptable proposal is a proposal which includes satisfactory or bette r past performance record and relevant experience with repair of cylinder heads applicable to Cummins Engine. Award shall be made based on the lowest priced technically acceptable proposal. Multiple awards will not be made. This solicitation is prepa red IAW 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 solicitation W912JC-05-R -5700 is issued as a RFQ. This is a solicitation document and incorporates provisions are those in effect through Federal Acquisition Circular. NAICS code is 336211. The provision at FA 52.212-3, Offeror Representations and Certifications (7/2002) appl ies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52-212-4, Contract Terms and Conditions (2/2002) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Con ditions Required to Implement Satutes or Executive Orders-Commercial Items (5/2002) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I ; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans & Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52-225-3, Buy American Act- Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (5/1999) applies to this solicitation. The clause at DFARS 252.2 12-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial items, is applicable to this acquisition. Quotes are due within 10 days of this notification (but NLT 1600 hrs 12 Nov 04). For technical questions concerning this requirement contact Dwight Long at 785.239.8895 or contact the Contracting Officer by phone at 785.274-1215, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to 785 274-1642, Attn: Linda Criss; or e-mail to linda.criss @ks.ngb.army.mil. Simplified Acquisition Procedures will be utilized. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-OCT-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA14/W912JC-05-R-5700/listing.html)
- Place of Performance
- Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
- Zip Code: 66611-1170
- Country: US
- Zip Code: 66611-1170
- Record
- SN00700674-F 20041030/041028212655 (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 |