Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

J -- J ? REBUILD OF POWERPACKS CONSISTING OF DETROIT DIESEL ENGINES AND HT ALLISION TRANSMISSION POWER PACKS

Notice Date
8/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Dept (Code 891-2), PO Drawer 43019, MCLB Albany GA 31704-3019
 
ZIP Code
31704-3019
 
Solicitation Number
M6700402Q0062
 
Response Due
9/16/2002
 
Point of Contact
SSgt Mohead, KM (229) 639-6734 SSgt K.M. Mohead, Contracting Specialist or GySgt C.P. Arline, Contracting Officer at (229) 639-6734/6730 respectively.
 
Description
MGySgt Hampton, Contracting Officer. 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. Solution document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08 and Defense Acquisition Circular 91-13. This action is being procured on an unrestricted basis; no small business set-aside is being considered. The NAICS code for this action is 333618. This solicitation contains one CLIN with the purpose of issuing a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity Contract with a period of performance of one year with two one year option periods. The following service is required for the government owned MK48 Logistics Vehicle Support (LVS): Power Pack -consisting of Detroit Diesel 8V92TA Reliabilt Engine and a HT 740D Allison Automatic Transmission, assembly number 6885587. Power packs will be shipped as a unit including components, as removed from the vehicle. Offerors are required to reconfigure item to Marine Corps specifications as provided in the SOW. The contract minimum will be five (5) power packs and the maximum is seventy-five (75) power packs. All offerors must request a SOW/Parts List from the Contracting Specialist. The Contractor must have the capability of providing 5 to 7 power packs per month and provide 1 of any of the above within 8 calendar days of pickup. The 8 days turnaround time starts 24 hours after notification to vendor. Contractor will be responsible for shipping, loading, and unloading of all units. Certified factory trained personnel will perform all remanufacturing and warranty work. On-site work will only be performed during Maintenance Center Albany normal business hours (7:30 a.m. to 4:00 p.m., Monday through Thursday). All warranty work will be started within 24 hours of notification. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. The Contractor will deliver item to the Marine Corps Maintenance Center, Albany, GA. Delivery shall be FOB Destination. All items awarded under this contract will be packaged in accordance with industry standards, palletized and shrink-wrapped. The Contractor will replace all parts failing to meet industry standards within 24 hours of notification. Award of this contract will be on the basis of (1) lowest price of item that meets or exceeds the specifications, including options (1) lowest price of item that meets or exceeds the specifications, including options 1 and 2 prices (2) required delivery date of 8 days after notification. The following FAR Clauses/Provisions apply to this acquisition: 52.203-3, Gratuities, 52.212-1, Instructions to Offerors ? Commercial Items, 52.212-3, Offeror Representations and Certifications ? Commercial Items, all offerors are to include with their offer a completed copy of 52.212-3 (copies of 52.212-3 are available upon request from the Contracting Officer or on the World Wide Web at http://www.arnet.gov/far), 52.212-4, Contract Terms and Conditions ? Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veteran Era, 52.225-3, Buy American Act-Supplies, commercial items apply to this acquisition. The offeror should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided and changes/amendments and considered for future discussions and/or award. The written quotes and the above required information must be received at this office on or b efore September 16, 2002, at 1:30 PM Eastern STD. Time. All responsible sources may submit a quote, which will be considered by the Marine Corps Logistics Base, Albany, GA Contracting Dept.
 
Record
SN00132688-W 20020807/020805213732 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.