SOLICITATION NOTICE
J -- Boat Engine Install/NAICS 336611
- Notice Date
- 2/11/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Contracts Branch, 1650 Arch Street, Philadelphia, PA 19103
- ZIP Code
- 19103
- Solicitation Number
- RFQ-PA-05-00004
- Response Due
- 2/18/2005
- Archive Date
- 3/18/2005
- Description
- NAICS Code: 336611 Ship Repair in Shipyard RFQ-PA-05-00090 NAICS Code -- 336611 Simplified Acquisitions (Other Commercial Items) Provisions Will Apply. Point of Contact -- Mr. Alphonse A. Pinero Jr., Contracting Officer Phone ? (215) 814-5306 Facsimile ?(215)814-5211 E-Mail ? pinero.al@epa.gov Installation of two marine diesel engines/transmissions and marine diesel generators in an EPA 35 foot boat "RV Lear". The engines and generator with associated hardware have already been purchased from Cummins and are located at the EPA Work Site, Fort Mifflin. Award will be made as a best value procurement. EPA Region III contemplates award of Firm-fixed price contract for the installation of the engines and all associated work with this installation. The following are applicable to this acquisition. 1. The boat has to be delivered by EPA to the vendor and a limit of a 125 mile radius (by water) for the vendor from Philadelphia, PA 2. Past Performance a. Has the vendor evero done this type of work (re-powering a gasoline fueled boat with diesel engines and generator) b. Has the vendor worked on this kind, type and size of boat. (1978 35' Bertram Sportfish). C. The vendor is required to supply an up to date list of boats with owner name and phone #'s that have been successfully repowered. D. The vendor would make available to EPA a boat to inspect that has had this type of work performed by the vendor. E. During the installation, EPA will inspect the work being done on the boat to ensure work is being done to the specifications provided. The North American Industry Classification System Code (NAICS) is ship[ repair done in a shipyard, # 336611. The small business size is $6 million. Firms responding to this RFQ are requested to provide the USEPA Region II with (1) the location of marina work will be done, (2) business s size, (3) corporate address, and (4) point of contact, (4) prices for the complete work. Questions or responses to this RFQ must be submitted electronically to Mr. Alphonse A. Pinero, JR, Contracting Officer, by 3:00 p.m. Eastern Time on February 1, 2005 at Pinero.al@epa.gov. No phone calls will be accepted. The following are the specification for the installation of two Cummins Marine Diesel Engines Model 6BTA5.9M3 (370 hp)with transmissions ZF 220A 1.5 ratio and one Marine 9.0 KW Onan marine diesel generator in a 1978 35 ft Bertram Sportfish. The boat has two steering stations one in the salon and the other on the command bridge. The boat now has installed the two original gasoline Mercrusier 330 hp engines and a gasoline 6.5 KW Onan Marine Generator. The vessel will be repowered with diesel fueled engines and generator. The marine engines/transmissions and generator have been procured from Cummins with all associated wiring harness and gauge sets for the installation in this boat. The package from Cummins includes the following: -Two Cummins Marine Diesel Engines Model 6BTA5.9M3 (370 hp)with transmissions ZF 220A 1.5 ratio -All standard equipment for these engine/trans -Heat exchanger cooling -Transmissions oil coolers -Front and rear engine mounts -Transmissions mounts -Vibration Isolators -Air cleaners with clamps -6" Wet exhaust elbows -12 volt alternators -12 volt starters -2 Cummins instrument panels for upper and lower stations 2 -Y harness Connection -20' harness (Engines to lower station) -30' harness Extension (Engines to upper station) -All Engine fluids The Marine Generator packages includes the following: -One Marine 9.0 KW Onan marine diesel generator -Remote Start/Gauge panel -Remote start/gauge panel wiring harness -Muffler -Sound enclosure The installation of the engine/trans and generator is to include the following: -Haul wash and block the boat -All storage fees -Removal of props -Removal of flooring, carpets, furniture,etc,etc -Disconnection of gas engines/trans and generator -Removal of gas engines/trans and generator from boat -Deposition of old engine/trans and generator at the discretion of EPA -Removal of old engine beds and generator bed -Removal of old shafts, shaft couplings, and shaft seals -Removal old struts -Removal of all fuel plumbing (engines and generator) -Cleaning of existing 285 gallon fiberglass fuel tank and proper disposal of any residual fuel -Removal of all old sea water plumbing, including sea cocks -Removal of all old exhaust system and exhaust outlets -Removal of old battery wiring and switches (engines and generator) -Removal of old batteries and battery boxes -Removal old salon and command bridge gauges and wiring -Removal of old wiring harnesses and extensions related to engines/trans and generator -Removal of old generator, and any associated components( wiring, plumbing, and exhaust) -Clean and paint engine room -Placement of new engines/trans and generator in boat -Hang from A-frames engine/trans and generator for installation (if needed) -Fabricate from aluminum and install new engine/trans beds, -Fabricate from aluminum generator bed (if needed) -Fabricate and install new engine/trans mounts -Fabricate and install new generator mounts, if needed -Bolt and install new engines/trans on new beds -Supply and install new stainless steel shafts (1.75"diameter ), couplings and packless shaft sealing systems -Supply and Install new bronze struts (1.75"diameter) (engines) -Supply and Install new bronze props (meeting engine/trans manufacture specification) 3 -Supply and Install new (ball valve) sea cocks (2") (engines) -Supply and Install new sea water strainers, and hoses (2") (engines) -Supply and Install new (ball valve) sea cock (generator) if needed -Supply and Install new sea water strainer (if needed), and hoses to generator -Supply and Install new exhaust systems ,mufflers, hosing and outlets (engine/trans and generator) (generator muffler is supplied) -Supply and install new engine gauge surround for salon gauge panels (if needed) -Supply and Install new fuel lines (supply and return) in existing 285 gallon fiberglass fuel tank (engines/ and generator) -Supply and Install new Racor diesel fuel filters and valves (engines and generator) -Supply and Install new batteries (4D), battery boxes, switches, and cables (engines and generator) -Supply and Install fuel shut off valves at fuel tank for engines and generator -Supply and Install fuel shut off valves at engines and generator (if not supplied) -Install all new wiring harness, harness extensions (engines and generator) -Install salon gauges and wiring (engines and generator) -Install command bridge gauges and wiring (engines) -Install remote control panel (start switch/gauge sets) for Generator -Supply and install new electrical breaker box and breakers, and wiring for generator -Connection of all systems to engines/trans and generator -Supply and install new engine controls (if needed) ,cables (salon and command bridge) -Supply and install a diesel engines synchronizer (Glendenning type Synchronizer or equivalent with main control and slave) -Supply and install engine oil quick change oil system( permanent installed type) for both engines -Supply complete set of spare shafts and props (that is two shafts and two props {left and right} of the same quality and material as the primary shafts and props ) -Where possible all plumbing type valves will be made of bronze and ball valve type -All hose supplied will be of made marine grade hose -Supply EPA staff with shaft dimensions (length) -Save all old valves and sea strainers and return to EPA -Fill and check all fluids (engines/trans and generator) -Launch boat and perform engine alignments -Cummins will provide assistance with an application engineer for startup and sea trials - EPA Perform Sea Trails with personnel and Cummins supplied engineer The following commercial clauses and option clauses shall apply: 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items). 1. As prescribed in 13.302-5(d), insert the following clause: Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) (Jan 2005) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iv) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (v) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vi) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (2) Listed below are additional clauses that apply: (i) 52.232-1, Payments (Apr 1984). (ii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iii) 52.232-11, Extras (Apr 1984). (iv) 52.232-25, Prompt Payment (Oct 2003). (v) 52.233-1, Disputes (July 2002). (vi) 52.244-6, Subcontracts for Commercial Items (Dec 2004). (vii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (Dec 1996) (41 U.S.C. 35-45) (Applies to supply contracts over $10,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (Applies to contracts of $25,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (Applies to contracts over $10,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (v) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) (Applies to contracts of $25,000 or more). (vi) 52.222-41, Service Contract Act of 1965, As Amended (May 1989) (41 U.S.C. 351, et seq.) (Applies to service contracts over $2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental shelf lands). (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003) (E.O. 13148) (Applies to services performed on Federal facilities). (viii) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000). (ix) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (x) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999). (Applies when the payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.) (xi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241). (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jan 2005) (Applies to contracts over $25,000). (ii) 52.211-17, Delivery of Excess Quantities (Sept 1989) (Applies to fixed-price supplies). (iii) 52.247-29, F.o.b. Origin (June 1988) (Applies to supplies if delivery is f.o.b. origin). (iv) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): ___________________________________________ ___________________________________________ [Insert one or more Internet addresses] (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. The Government must exercise its post acceptance rights- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of clause)
- Record
- SN00750210-W 20050213/050211212426 (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 |