SOLICITATION NOTICE
28 -- The Iowa Army National Guard wishes to procure assorted components for it's 6.5 Liter engines.
- Notice Date
- 3/17/2008
- 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-08-Q-0012
- Response Due
- 4/1/2008
- Archive Date
- 5/31/2008
- Point of Contact
- Mark Thompson, (515)252-4248
- E-Mail Address
-
Email your questions to USPFO for Iowa
(mark.thompson@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, proposals are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912LP-08-Q-0012. All proposals shall reference the RFQ number and shall be s ubmitted by 11:00 A.M. local time on 1 April 2008. The anticipated award date is 4 April 2008. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-24 dated 28 February 2008. Th is solicitation will be issued under Full and Open Competition. The North American Industry Classification system code (NAICS) is 441310 with a size standard of $6,500,000. COMMERCIAL ITEM DESCRIPTION: Furnish the Iowa Army National Guard, National Mai ntenance Training Center (NMTC) with engine parts as defined in line items 1 through 22 below. LINE ITEM 0001, Quantity of 540 each, number 1 fuel injection line for the 6.5L engine, constructed out of steel material. The NSN is 4710-01-493-1712 (See spec ification on EBS website listed below); LINE ITEM 0002, Quantity of 540 each, number 2 fuel injection line for the 6.5L engine, constructed out of steel material. The NSN is 4710-01-412-8611 (See specification on EBS website listed below); ITEM 0003, Quant ity of 540 each, number 3 fuel injection line for the 6.5L engine, constructed out of steel material. The NSN is 4710-01-411-8615 (See specification on EBS website listed below); ITEM 0004, Quantity of 540 each, number 4 fuel injection line for the 6.5L en gine, constructed out of steel material. The NSN is 4710-01-412-1669 (See specification on EBS website listed below); ITEM 0005, Quantity of 540 each, number 5 fuel injection line for the 6.5L engine, constructed out of steel material. The NSN is 4710-01-4 11-8488 (See specification on EBS website listed below); ITEM 0006, Quantity of 540 each, number 6 fuel injection line for the 6.5L engine, constructed out of steel material. The NSN is 4710-01-411-8489 (See specification on EBS website listed below); ITEM 0007, Quantity of 540 each, number 7 fuel injection line for the 6.5L engine, constructed out of steel material. The NSN is 4710-01-412-1667 (See specification on EBS website listed below); ITEM 0008, Quantity of 540 each, number 8 fuel injection line for the 6.5L engine, constructed out of steel material. The NSN is 4710-01-411-8492 (See specification on EBS website listed below); ITEM 0009, Quantity of 600 each, bent metallic tube, steel construction, pre-bent, approximately 10.5 inches long for the 6.5L engine. The NSN is 4710-01-502-5609 (See specification on EBS website listed below); ITEM 0010, Quantity of 600 each, metal tube assemble, steel construction, fuel return line from the injector for the 6.5L engine. The NSN is 4710-01-446-9570 (See specifi cation on EBS website listed below); ITEM 0002, Quantity of 540 each, number 2 fuel injection line for the 6.5L engine, constructed out of steel material. The NSN is 4710-01-412-8611 (See specification on EBS website listed below); ITEM 0011, Quantity of 600 each, fan clutch spring, helical compression type, cylindrical in design, steel construction, for the 6.5L engine. The NSN is 5360-01-190-6214 (See specification on EBS website listed below); ITEM 0012, Quantity of 600 each, sprocket wheel, crankshaft timing gear, steel construction for the 6.5L engine. The NSN is 3020-01-425-5380 (See specification on EBS website listed below); ITEM 0013, Quantity of 20,400 each, head bolts, steel construction, 1.75 pitch, right hand thread for the 6.5L engine. The NSN is 5306-01-148-7456 (See specification on EBS website listed below); ITEM 0014, Quantity of 2,400 each, grommets, nonmetallic grommets, rubber construction, u tilized to separate and stabilize the fuel injection lines for the 6.5L engine. The NSN is 5325-01-549-9716 (See specification on EBS website listed below); ITEM 0015, Quantity of 600 each, expansion plug, steel construction, cup type, for the 6.5L engine. The NSN is 5340-01-149-7977 (See specification on EBS website listed below); ITEM 0016, Quantity of 600 each, grease seals, seal plain encased, lip type construction, utilized on the fan clutch of the 6.5L engine. The NSN is 5330-01-252-0461 (See specific ation on EBS website listed below); ITEM 0017, Quantity of 540 each, shaft O-ring, rubber construction, utilized on the fan clutch of the 6.5L engine. The NSN is 5331-01-194-8966 (See specification on EBS website listed below); ITEM 0018, Quantity of 600 e ach, number gasket kit, part number TCS45554 (or equal), the salient characteristics include: timing gear cover gasket and front crankshaft seal for the 6.5L engine; ITEM 0019, Quantity of 600 each, main bearings, part number 7370M (or equal), the salient characteristics include: federal mogul copper lead alloy; ITEM 0020, Quantity of 600 each, piston assemblies (including rings), part number 027010HAWR-020 (or equal), the salient characteristics include: piston will be .50MM oversized and will be MARLE or equal. Rings will be installed on the piston assemblies; ITEM 0021, Quantity of 600 each, rear pan seal, rubber construction utilized on the rear of the oil pan for the 6.5L engine. The NSN is 5330-01-378-8572 (See specification on EBS website listed belo w); ITEM 0022, Quantity of 1,200 each, straight adapter, part number 5346K280 (or equal), ), the salient characteristics include: Connection style (1st End) plain, connection style (2nd End) barbed or beaded, connection type (1st End) threaded external pip e, connection type (2nd End) unthreaded external hose, nominal thread size (1st End) = 0.75 inches, nominal inside diameter hose accommodated (2nd End) 0.750 inches, material = copper alloy overall. The proposed delivery schedule is as follows: 25% of ea ch line item within two weeks of award, the second 25% of each line item within four weeks of award, the third delivery of 25% of each line item within six weeks of award, and the final 25% of each line item within eight weeks of award. The vendor must ce rtify in their proposal that they can meet the aforementioned delivery schedule. The vendor should provide the Government with a firm fixed price per unit. The Government intends to evaluate proposals and award a purchase order without discussions, there fore, offerers initial proposal should contain the offerors best terms. The following provisions and clauses will be incorporated into the solicitation by reference: 52.204-4 - Printed or Copied-Double Sided on Recycled Paper, 52.211-6 - Brand Name or Equ al, 52.212-1 - Instructors to Offerors-Commercial Items, FAR 52.212-3 (Alt 1) - Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (h ttps://orca.bpn.gov/login.aspx)), 52.212-4 - Contract Terms and Conditions-Commercial Items, 52.222-25 Affirmative Action Compliance, 252.212-7000 Offeror Representations and Certifications Commercial Items. The following additional clauses and prov isions are added in full text: 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6 - Restri ctions 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, 52.222-3 - Convict Labor, 52.222-19 - Child Labor- Cooperation with Au thorities and Remedies, 52.222-21 - Prohibition of Segregated Facilities, 52.222-26 - Equal Opportunity, 52.222-35 - Affirmative Action for Disabled Veterans an d Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues o r Fees, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contracting Registration, 52.232-36, Payment by Third Party (End of Clause). 52.233-2 - Service of Protest a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (CW4 Mark Thompson, USPFO, 7 105 NW 70th Ave, Johnston, IA 50131-1824) (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO (End of Clause). 52.252-1 -- Solicitation Provisions Incorporated by Reference This sol icitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropria te information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause). 52.252-2 -- Clauses Incorporated by Reference 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 t his/these address(es): http://farsite.hill.af.mil (End of Clause). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; The following clauses within 252.212 -7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.225-7021 Trade Agreements, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 - Request for Equitable Adjustment, 252-247-7023 - Transportation of Supplies by Sea (End of Clause). Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be po sted to http://216.81.179.134/ebs/advertisedsolicitations.asp under solicitation number W912LP-08-Q-0012. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than 8:00 a.m., 25 March 2008. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation sha ll apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Sign and date your offer, the offer must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 5 0131-1824, ATTN: CW4 Mark Thompson, Contracting Officer at or before 11:00 a.m., 1 April 2008. For information regarding this solicitation contact CW4 Mark Thompson at mark.lowell.thompson@us.army.mil.
- Web Link
-
OUSPFO FOR IOWA EBS
(http://216.81.179.134/ebs/advertisedsolicitations.asp)
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
- Zip Code: 50131-1902
- Country: US
- Zip Code: 50131-1902
- Record
- SN01534244-W 20080319/080317224005 (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 |