SOLICITATION NOTICE
66 -- Dynamometer Testing of NHC 250Cummins Engines
- Notice Date
- 4/23/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423120
— Motor Vehicle Supplies and New Parts Merchant Wholesalers
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Louisiana, USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
- ZIP Code
- 71360
- Solicitation Number
- W912NR-08-Q-0027
- Response Due
- 5/6/2008
- Point of Contact
- Patti Woods, 318-290-5988
- Small Business Set-Aside
- Total HUB-Zone
- 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 solicitation is issued under Request for Quotation (RFQ) number W912NR-08-Q-0027. All proposals shall reference the RFQ number and shall be submitted by 11:00 A.M. local time on 6 MAY 2008. The anticipated award date is 07 MAY 2008. This solicitation incorporates provisions and clauses for commercial services in effect through Federal Acquisition Circular FAC 2005-22 dated 24 December 2007. This acquisition is reserved 100% for HUBZONE small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient HUBZONE small business concern participation, (minimum of two) award may be made to a participating small or large business. The North American Industry Classification system code (NAICS) is 423120 with a size standard of 100 employees. COMMERCIAL SERVICE DESCRIPTION: Contract will complete a combined a dynamometer run-in procedure and a performance check on 100 each NHC 250 rebuilt Cummins Engines. A 24 hour turn around from time of pick-up is required for product return. Two engines will be ready for pickup within 24 hours of award of contract and must be returned within 48 hours. The vendor must certify in their proposal that they can meet the aforementioned delivery schedule. Vendor will pick up and deliver the engines to the LA National Guard, MATES 71, 1830 K Avenue, Ft Polk, LA 71459. Pick-up and delivery times will be coordinated thru the MATES 71 and vendor when purchase order is awarded. Cost for pick-up and delivery shall be included in the quote provided. The dynamometer used for engine testing must be equipped to take the following readings Engine Speed, Torque, Oil Pressure, Oil temperature, Coolant temperature, and Blow-by. The dynamometer must have sufficient capacity to permit testing at 100 percent of engines horsepower range of 230-240 with an rpm range of 2130-2150 rpm and a torque range of 575-600 lb-ft (780-813 Nm). Tables C-1, C-2, C-3 and C-5 of DMWR 9-2815-500 will be performed and annotated accordingly. Copy of DMWR will be provided with contract award. When any work segment as set forth in this scope or DMWR cannot be accomplished, or can only be accomplished in a matter other specified for whatever reason; prior approval of the procuring activity will be obtained. Engine oil will be drained and OIL DRAINED tag will be attached to the top of engine. Drive belts will be loosened with the following tag attached ENGINE DRIVE BELTS HAVE NOT BEEN ADJUSTED TO PREVENT STRECTCHING. ADJUST BELTS BEFORE ENGINE OPERATION. Upon successful completion of run-in and acceptance test, all openings will be sealed. UV dye test will be administered on all engines. All tested engines are required to have a documented quality system checklist included with return. Contractor must provide emergency service, technical support, product training, and technical support 24/7. Vendor must be ISO 9001:2000 compliant. 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, therefore, 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 Equal, 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 (https://orca.bpn.gov/login.aspx)), 52.212-4 - Contract Terms and Conditions-Commercial Items, 52.204-4 - Printed or Copied -Double Sided on Recycled Paper, 52.233-2, Service of Protest (COL Patti D. Woods), 252.212-7000 Offeror Representations and Certifications Commercial Items. The following additional clauses and provisions 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 - Restrictions on Subcontractor Sales to the Government, 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-6 - Notice of Total Small Business Set-Aside, 52.219-8 - Utilization of Small Business Concerns, 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 Disabled Veterans and 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 or Fees, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-33, Payment by Electronic Funds Transfer-Central Contracting Registration, 52.232-36, Payment by Third Party. 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, 252.205-7000 Provision of Information to Cooperative Agreement Holders, 52.219-4, Limitations on Subcontracting, 252.225-7012 - Preference for Certain Domestic Commodities, 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, 252.243-7002 - Request for Equitable Adjustment, 252-247-7023 - Transportation of Supplies by Sea. FAR 52.222-41 Service Contract Act of 1965, As Amended. and Wage Determination #WD 05-2229 (Rev.-4)FAR 52.222-42 Statement of Equivalent Hires. In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION.23530 Machinery Maint. Mechanic Minimum Wage Rate: $17.89. Qualifying offers must meet the stated specifications and their quote must be accompanied by the completed provision 52.212-3 or a completed registration on the ORCA website. See paragraph I of 52.212-3 for instructions. 52.217-7 - Option for Increased Quantity -- Separately Priced Line Item, The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule.. 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 posted to http://216.81.179.134/ebs/advertisedsolicitations.asp. They will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not late r than 8:00 a.m., 30 April 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 shall 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 Louisiana Army National Guard, USPFO-PC, 494 3rd ST Camp Beauregard, Pineville, LA 71360, ATTN: COL Patti Woods Contracting Officer or email to patti.woods@us.army.mil at or before 11:00 a.m., 06 May 2008. For information regarding this solicitation contact COL Patti D. Woods, patti.woods@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26223ee40cc89b71eaa048d9c167a713&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
- Zip Code: 71360
- Zip Code: 71360
- Record
- SN01559811-W 20080425/080423220400-26223ee40cc89b71eaa048d9c167a713 (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 |