SPECIAL NOTICE
28 -- Manitowic Crane Engine Replacement
- Notice Date
- 3/25/2013
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Detroit, 477 Michigan Avenue, Detroit, Michigan, 48226, United States
- ZIP Code
- 48226
- Solicitation Number
- W911XK-13-T-0036
- Archive Date
- 3/25/2014
- Point of Contact
- Dean Liguori, Phone: 3132266358, Thomas McKay, Phone: (313) 226-6433
- E-Mail Address
-
dean.liguori@usace.army.mil, Thomas.O.McKay@usace.army.mil
(dean.liguori@usace.army.mil, Thomas.O.McKay@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers intends to award a sole source contract to Cummins NPower Inc. for a Manitowoc Crane Engine Replacement. This is a special notice for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. NICOLET Manitowoc 3900 Crane S/N: 391010 Remove & Replace Cummins NT-855 Diesel Engine Scope of Work DESCRIPTION: Removal and replacement of the Cummins NT-855 Diesel Engine with a Cummins QSM11 in the Derrick Barge (D/B) Nicolet’s Manitowoc 3900 Crane. 1. Description A. This contract is to cover the removal of the Cummins NT-855 diesel engine in the Manitowoc 3900 Crane, S/N 391010, aboard the D/B Nicolet with a Cummins QSM11 diesel engine. This shall include all necessary parts and materials to bring the crane back into full operation and maintaining 100% of its original lifting capacity. The parts and materials shall include, but are not limited to exhaust system, throttle and engine control devices for operation from the crane cab and the engine, batteries, filters, radiator upgrades for cooling of the crane’s torque converters’ hydraulic fluid, fuel lines, necessary pulleys and parts to enable the engine to drive the installed Quincy air compressor, etc. B. In addition to the crane engine removal and replacement, the contractor shall also be responsible for providing three (3) complete, spare sets of filters, three (3) printed operation and maintenance (O&M) manuals, or one (1) electronic copy and one (1) printed copy of the O&M manual. C. The awarded contractor is also responsible for the physical removal of the existing engine on crane and the replacement of the new engine. This shall include all rigging and lifting equipment to remove the engine from the crane, and place it adjacent to the crane on the deck of the Nicolet where it can be reached with a crane. It is also the awarded contractor’s to provide the similar or same equipment for the installation of the new engine in the crane. The Government shall supply the crane necessary to remove the old engine from the deck of the crane onto a truck for removal from site, as well as the placement of the new engine onto the deck of the Nicolet. The cost of all such equipment and materials necessary for the removal and replacement of the engine shall be the responsibility of the awarded contractor. The contractor is also responsible for the removal of the replaced Cummins engine from the facility, and the proper disposal of the same. D. The vendor shall provide, at minimum, one experienced service technician to be on-site to oversee and assist with the removal of the existing engine, replacement of the new engine, part installation, reassembly of the crane necessary to facilitate engine replacement, and initial engine start-up and tuning. This individual shall have adequate experience and training with Cummins to enable him to perform as a working leader for all work. This individual shall remain on-site until such time as an adequate test left may be performed and the crane is functioning fully and satisfactorily. E. The Government shall supply, as needed, one crane operator and two laborers to assist with all work, as well as any cranes that may be necessary for removal and replacement of the engine in a predetermined location on the Nicolet’s deck. The crane will also be available for lifting parts and materials, as needed, for the removal and installation of the engines. The crane shall not be used for the removal or replacement of the engines from the Manitowoc 3900. F. This is a barge mounted crane; therefore all repairs shall be completed on the Government facility at the delivery address listed below. It is necessary for all contractors that will be on sight to have a Transportation Workers Identification Credential (TWIC) Card, or provide requested information two weeks in advance of the work to allow for back ground checks. Individuals without a TWIC Card or a passing background check shall not be permitted on the facility. 2. Warranty The repairs and materials for the engine shall be warranted for a minimum of 5 years/5,000 hours, whichever come first, after successful engine installation covering repairs, parts, and labor. Warranty will not cover damage caused due to misuse or use other than those intended by the manufacturer. 3. Delivery The vendor incur all shipping costs for deliverables to the following address: U.S. Army Corps of Engineers Soo Area Office 119 East Water Street Sault Sainte Marie, MI 49783 4. Repair Date & Schedule Vendor shall begin repair services on a date specified by the Government after award of contract. Repairs shall be completed within one month of Government specified start date. 5. Sole Source: Cummins NPower Inc. 939 Florence Drive DePere, WI 54115 The Government intends to negotiate a firm-fixed price contract on a sole source basis. Interested parties may identify their interest and capabilities to perform the requirements in writing to the identified point of contact no later than 1200 hrs Eastern Daylight Time on 1 April 2013. Your response must demonstrate your firms capabilities, and experience. These will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort with full and open competition, based upon responses to this notice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. No RFP will be issued based upon this Notice of Intent. Interested parties may submit any information for consideration by the government to: Dean.Liguori@usace.army.mil and LRE-Quotes@usace.army.mil with “Manitowoc Crane Engine Replacement” referenced in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA35/W911XK-13-T-0036/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineers, Soo Area Office, 119 East Water Street, Sault Sainte Marie, MI 49783, Sault Sainte Marie, Michigan, 49783, United States
- Zip Code: 49783
- Zip Code: 49783
- Record
- SN03019737-W 20130327/130325234029-edc04ad6839d2b28d73c8c4922f506d5 (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 |