SOLICITATION NOTICE
28 -- Rebuild/Repair Detroit Diesel, DDEC II, 4 stroke, in-line 6 cylinder, diesel engines (NSN:2815-01-334-4287) to Detroit Diesel Corp (DDC) Reliabilt specifications. Must provide a factory authorized warranty.
- Notice Date
- 2/8/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- USPFO for Texas, ATTN: Contracting Officer, P.O. Box 5218, Austin, TX 78763-5218
- ZIP Code
- 78763-5218
- Solicitation Number
- W912L1-06-R-0004
- Response Due
- 2/22/2006
- Archive Date
- 4/23/2006
- 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 document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-05 Effective 26 Aug 2005. Reference number W912L1-06-R-0004 must be mentioned in your response. The North American Industry Classification System code for this synopsis/solicitation is 333618 and the associated small business size standard is 1,000 employees, NSN: 2815-01-334-4287, Detroit Diesel, DDEC II Series 60 Engines. Approved source is Detroit Diesel Remanufacturing Corporation, Cage 47H14. FOB Destination/Inspection and acceptance at Destination. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contrac tor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.212-1, Instructions to Offerors - Commercial Item s; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items , Alternate I; FAR 52.212-4- Contract Terms and Conditions-Commercial Items; FAR 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerc ial Items Deviation; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232 -33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; 52.242-15, Stop-Work Order; FAR 52.246-1, Contractor Inspection Requirements; 52.246-4, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by Reference may be accessed in full text at http://farsite.hill .af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.252-2, Clauses incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://w ww.arnet.gov/far, http://www.dtic.mil/dfars; FAR 252-6, Authorized Deviations In clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Request; DFARS 252.247-7023. All offers shall include a completed written copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to I mplement Statutes or Executives Orders Commercial Items. Responses may be submitted on company letterhead stationary and must include the following information: Reference Number, Payment Terms, discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certificati ons-Commercial items, Alternate I. Additional information: be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an applicat ion at (888) 227-2423 or through the CCR website at http://www.ccr.gov. All offers shall be submitted in writing no later than close of business, 5:00 PM CST on Wednesday, February 22, 2006 to the Contracting Officer Linda S. Janak at USPFO For Texas, PO Box 5218, Austin, Texas 78763-5218 or email at contracting@tx.ngb.army. mil. The contract(s) will be for a ba se year and one (1) option year. Scope of Work: to Rebuild/Repair of fifty (50) each Detroit Diesel, DDEC II, 4 stroke, in-line 6 cylinder, diesel engines, (NSN: 2815-01-334-4287) to Detroit Diesel Corp (DDC) Reliabilt specifications which will include all factory updated specifications a nd modifications. The contractor shall provide all management, tools, supplies materials equipment and qualified labor to rebuild/repair of fifty (50) each Detroit diesel Series 60, DDEC II, 4 stroke, in-line 6 cylinder, diesel engines to DDC current stan dards which will include all factory updated specifications and modifications. Core engines will be furnished to the contractor by the TX-RSMS on contractor provided shipping skids. Unit must not have been disassembled, completely assembly with fuel pump , air compressor and turbocharger, no broken or missing external components. Core acceptance is based on a simple, external visual inspection, without disassembly. Inspection each unit will be completely disassembled and cleaned. All components and pa rts will be inspected for serviceability. All repair parts, reused hard parts, components and the entire rebuilt unit must meet the OEM, Detroit Diesel Reliabilt Manual specifications. All completed units will be placed on a dynamometer and checked for o utput and leak tested in accordance with OEM specifications. Monthly Production Rate: minimum of five (5) each, maximum of fifty (50) each engines. Warranty: Must be factory authorized warranty, honored at any authorized Detroit Diesel outlet in North America. All rebuilt/repaired units will start the twelve (12) month warranty period on the date the TX-RSMS completes the installation. Warranty will include all parts and labor with unlimited hours/miles. Engine removal and reinstallation are not cove red by the warranty. The contractor will pick up cores and deliver the rebuilt/repaired unit to TX-RSMS, 748 E. Mcleroy, Saginaw, Texas 76179-4606. For technical questions, please contact Dennis Meredith @ 817-232-4158 ext 1861 or Robert Bagwell @ 817-232-4158 ext 1862, for administrative questions; please contact Contracting Officer Linda Janak @ 512-782-5530 or email, linda.janak@tx.ngb.army.mil.
- Place of Performance
- Address: USPFO for Texas ATTN: Contracting Officer, P.O. Box 5218 Austin TX
- Zip Code: 78763-5218
- Country: US
- Zip Code: 78763-5218
- Record
- SN00983321-W 20060210/060208212525 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |