Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2024 SAM #8419
SOLICITATION NOTICE

28 -- 28--John Deere Diesel Engines for R4108 Vessel

Notice Date
12/13/2024 4:48:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
1305M325Q0027
 
Response Due
12/16/2024 3:00:00 PM
 
Archive Date
12/31/2024
 
Point of Contact
HERRERA, MARILYN, Phone: 303-578-2707
 
E-Mail Address
MARILYN.HERRERA@NOAA.GOV
(MARILYN.HERRERA@NOAA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment #1 Adding a Question & Answer (Q&A) Information Solicitation 1305M325Q0027 John Deere Engines Questions & Answers/Clarifications The following questions and or clarifications requests were received from various interested parties. All questions and clarifications have been consolidated. Questions are denoted by �Q� and the response is denoted by �R.� Q1. To inquire whether your organization would consider proposals that include used or refurbished components, such as marine diesel engines, gears, and controls, provided they meet the technical specifications and performance requirements outlined in the Statement of Need. R1. This does not meet our requirements. Q2: Are there any acceptable alternatives to the listed components (e.g., marine gears, controls) if they meet or exceed the performance requirements? R2: There may be a consideration for alternative controls however the engineering has been completed on this repower. Any alternatives to the engines and gears would require a full analysis. Dimensional aspects would need to be identical to the specified equipment in order to integrate to the existing infrastructure. Q3. Can you provide clarification on specific technical requirements, such as the exact mounting dimensions or compatibility standards for integration with the vessel�s existing systems? R3. The engine mounts locations and overall dimensions must be identical to the specified equipment. Q4. What specific documentation is required to demonstrate compliance with the Buy American Act and Tier III emissions standards? R4. NOAA Contracting Response: Please reference the clause 52.225-1, Buy American-Supplies at https://www.acquisition.gov/far/part-52#FAR_52_225_1 Q5. Is it possible to visit the shipyard or review the vessel's current configuration to better understand the installation conditions? R5. The vessel is currently located at Great Lakes Shipyard in Cleveland OH. Arrangements for a site visit can be arranged. Q6. How are the evaluation factors (technical acceptability, price, and specification sheet) weighted during the award process? R6. NOAA Contracting Response: Primary evaluation factor is price, with all other factors like technical acceptability and specification sheet being evaluated on a ""pass/fail"" basis, meaning they must meet the minimum technical requirements to be considered for award. Essentially, the proposal with the lowest price that is technically acceptable will be awarded the contract. Q7. Should the quoted price include shipping, installation, and technical support, or should these be itemized separately? R7. NOAA Contracting Response: You may breakdown in your quote. The contract will show the total amount only. Q8. Will the exact delivery location be provided before the award, and are there any specific requirements for transportation or offloading at the destination? R8: The ship to location is Great Lakes Shipyard in Cleveland OH. There are resources for off loading. Q9. Due to the short time frame, If unforeseen delays occur in manufacturing or logistics, is there flexibility in the December 30, 2024, delivery deadline? R9. Delivery can be flexible up to February 1st. Q10. What are the performance benchmarks for the sea trials, and what level of involvement is expected from the vendor during these tests? R10. The vendor must provide performance data to meet the requirements of the equipment manufacturer's warranty. Performance data will be collected during sea trials after installation. The vendor must provide technical personnel and test equipment to comply with warranty requirements. Q11. Will there be any amendments or additional guidance to the solicitation before the submission deadline, and how will these be communicated to offerors? R11. NOAA Contracting Response: If there are any solicitation changes, they will be communicated electronically through our acquisition writing system."" Q12. Where will the install of the engines take place? R12. TBD as install not awarded yet. The ship to location is Great Lakes Shipyard in Cleveland OH Q13. Will the engines be keel cooled? R13. Raw water cooled Q14. What hp � rpm do the engines need to be rated for? R14. See the John Deere engine specification listed in the solicitation. Q15. Typically, the propulsion engines will have a panel in the engine room, as well as a pilot house panel. Please confirm this would be suitable for this application. R15. No engine room panel required. Q16. Are any special certifications needed for the engines? (hazardous location, ABS Type, etc.)? R16. Marine duty cycle as listed. Q17. What is the vessel these engines are being installed in (manufacture, model, size, etc..)? R17. See below. Length: (LOA) 40�8� Beam 13�6� Draft 4�2� Displacement 28,000 lbs Design: USCG UTB 41 Builder: CG Curtis Bay Yard NOAA conversion � 2014 Q18. It would be helpful to know the intended installation location for the engines. R18. To Be Determined (TBD) as install not awarded yet. The ship to location is Great Lakes Shipyard in Cleveland, OH. Q19. What facility is actual removing the current engines and installing the new engines, transmissions, and control/throttle system into the boat? Has it been decided? R19. To Be Determined (TBD) as install not awarded yet. The ship to location is Great Lakes Shipyard in Cleveland, OH. Q20. Is the Vessel Trailerable? Can it be put on a trailer and be moved? Can the Vessel be worked on outside the current facility where it is located now? R20. The vessel cannot be moved/is not trailerable. This procurement is for the purchase of the engines and not the installation. *********** Brand Name John Deere Commercial Marine Diesel Engines for NOAA GLERL LMFS R4108 Vessel (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M325Q0027. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01 (Nov 2024). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 333618. The small business size standard is 1,500 employees. (v) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN 0001 Purchase of engines, marine gears and controls for the repower of the R4108 in accordance with the Statement of Need. Deliver by 12/30/2024. All offered products must meet the requirements of Buy American-Supplies to be considered. Provide verification of country of manufacture for offered products. (vi) Description of requirements is as follows: See attached Statement of Need. BRAND NAME REQUIREMENT: John Deere engines; SAE Flywheel housing; Helm station Glendinning Controls and engine/gear interface, engine and gear monitoring panels; Twin Disc down angle marine gears, electronic shaft, counter rotating port and starboard; Isoflex mounts. These particular brand names are essential to the requirement and market research indicates similar products do not meet or cannot be modified to meet agency needs. Materials must be as described in the specifications document. The engineering for this repower is based upon the identified items. Alternates would require extensive engineering evaluations. The listed components are the same as four other installation procurements which support efficiencies in maintenance, supplies, training and common parts. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD. (vii) Date(s) and place(s) of delivery and acceptance: Deliver by 12/30/2024. Delivery shall be FOB Destination TO BE DETERMINED. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Nov 2024), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 4:00 PM MST/MDT on 12/16/2024. All quotes must be submitted electronically via email to Marilyn Herrera at Marilyn.Herrera@noaa.gov. (xvi) Any questions regarding this solicitation should be submitted electronically via email to Marilyn Herrera at Marilyn.Herrera@noaa.gov by 4:00 p.m. MST/MDT on 12/13/2024. UTILIZATION OF FEDCONNECT� FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect� web portal in administering this award. The contractor must be registered in FedConnect� and have access to the FedConnect� website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� questions please call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect�. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO Marilyn Herrera at Marilyn.Herrera@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00 PM MST/MDT on 12/13/2024. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to Marilyn Herrera at Marilyn.Herrera@noaa.gov. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. 1. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following; 1. Technical Acceptability/Capability. 2. Specification Sheet. 3. Price. The Government intends to award a low priced, technically acceptable, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) STATEMENT OF NEED 145025-25-0005 R4108 Repower 1. PURPOSE: To provide materials for engines, marine gears and controls for the repower of the R4108. 2. SCOPE OR MISSION: We are a multidisciplinary environmental research laboratory that provides scientific understanding to inform the use and management of Great Lakes and coastal marine environments. The Lake Michigan Field Station (LMFS) in Muskegon, MI is a government owned facility in support of all missions of the Great Lakes Environmental Research Laboratory (GLERL) in Ann Arbor, MI. The R/V 4108 is an integral part of our research on the Great Lakes. 3. BACKGROUND: Vendor is needed to provide materials for engines, marine gears and controls for the repower of the R4108. This is necessary as current engines do not meet performance or emissions standards. 4. TECHNICAL SPECIFICATIONS: R4108 Repower Specifications and Description Engines (2) Port and Starboard John Deere Commercial Marine Rated Diesel Engine, Model 6090AFM85 Tier III emission certified. Commercial rated at 425 BHP (317kw) @2,400 RPM�s. M4 rating for 1,000 to 3,000 annual usage hours Turbocharged and air-to-coolant after cooled. 24VDC, 100-amp alternator with 24VDC engine starter. Front mount brackets to be compatible with 26.50� on center stringer dimensions. Standard marine gear brackets for 26.50� on center stringer dimensions. Engine oil dip sticks and fill pipes shall be located on the inboard side Sea water cooling system with engine mounted charge air cooler (CAC). (Closed cooling system, sea water cooled, wet exhaust) SAE # 2 Flywheel housing with 11.5� SAE clutch pattern. Compatible to Twin Disc marine gears. Control Package (1) Helm station Glendinning controls and engine /gear interface Helm engine and gear monitoring panels. Control harnesses, 30� extension harness from engine room Marine Gears (2) Twin Disc model MG5065A down angle marine gears, 1.72:1 ratio, electronic shift, counter rotating port and starboard Pilot bored companion flanges (2) and hardware Gear oil coolers (2) remote mount Propulsion Package and Commissioning Vendor is responsible for coupling engines and marine gears Provide resilient mounts (Isoflex) for all mounting brackets Provide two days technical support for commissioning and sea trials at the installation shipyard Provide final report on sea trials and engine / marine gear / control performance 5. DELIVERY SCHEDULE: 12/30/24 delivery is needed to support the subsequent installation timeline to ensure uninterrupted support of GLERL science missions. 6. SHIP-TO LOCATION: To be determined 7. POINTS OF CONTACT: TO BE PROVIDED AT TIME OF AWARD
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b29d36488cea4e6ea8171ba8f37916d6/view)
 
Record
SN07291744-F 20241215/241213230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.