SOLICITATION NOTICE
22 -- COMBINED SYNOPSIS/SOLICITATION FOR LOCOMOTIVE TRUCK ASSEMBLIES. PREVIOUSLY ISSUED AS DAAE24-03-Q-0046 AND DAAE24-03-Q-0064.
- Notice Date
- 4/2/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- TACOM - Anniston, Directorate of Contracting, ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue, Anniston, AL 36201-4199
- ZIP Code
- 36201-4199
- Solicitation Number
- DAAE24-03-Q-0082
- Archive Date
- 6/9/2003
- Point of Contact
- Linda Carlston, 256 235-4141
- E-Mail Address
-
Email your questions to TACOM - Anniston, Directorate of Contracting
(carlstonl@anad.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes th e only solicitation; quotations are being requested and a written solicitation will not be issued. The combined Synopsis/Request for Quotation (RFQ) number is DAAE24-03-Q-0082. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 dated 1-27-2003. This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) Code is 336510 with a size standard of 1000 employees. CLIN 0001: Desc ription ? Specifications are for One (1) each truck assembly. Locomotive Truck Assembly for use with a General Motors, Electro Motive Division, General Purpose (GP) 9 locomotive. Reconditioned ready for installation. Truck assembly must include the fo llowing items. Truck assemblies are ?Swing Hanger Design.? 1. Wheel sets with 40 inch NEW wheels having AAR 1-B Contour. 2. 6 ? x 12 inch journals, and axles with 62-15 gear ratio and cartridge type tapered roller bearings, Class GG. Timken number E-3 4744-B or equivalent. One axle will have one GG end cap assembly Timken K82329 or equivalent for a speedometer drive. All journal box adapters will be Timken C-31305 or equivalent. Hyatt bearings housings modified to adapt to the Class GG bearings are acc eptable. 3. New Timken journal boxes and roller bearings. Note. Converted Hyatt type cylindrical bearings will not be acceptable. 4. All wear plates replace with new (i.e. pedestal liner, side bearing, center plate wear ring and bottom plate). 5. N ew low friction composition brake shoes and keys will be applied. 6. Traction motors will meet all maintenance specifications as outlined in EMD MI3900 latest revision, with a minimum of D77 Traction motors (or newer) applied. 7. Brake rigging, rebuilt . 8. Replace all pins and bushings with new. 9. Re-qualified springs. 10. New or rebuilt slack adjusters. 11. Rebuilt brake cylinders. 12. Re-qualify bull gears. 13. Rebuilt motor nose suspension. 14. New or Re-qualified motor support brass. 15. Assembled, tested and painted. 16. DELETED. 17. FOB destination: Military Ocean Terminal Sunnypoint, 1303rd Major Port Command, bldg S-14, ATTN: MTESU-EQR-M Larry Branch (910) 457-8314, Southport, NC 28461. Deliver quantity of TWO each no la ter than 60 DAYS after date of award. Award will be made to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, considering price and price related factors. PACKAGING In accordance with ASTM Designation D 3951-90, Standard Practice for Commercial Packaging, material covered by this contract will be acceptable with supplier's off-the-shelf or over-the-counter packaging providing: (1) Cleanliness: Items shall be free of dirt and other contami nants which would contribute to deterioration of the item or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminants. (2) Preservation: Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, or desiccated unit packs. (3) Cushioning: Items requiring protection from physical and mechanical damage or which are fragile in nature shall be protected by wrapping, cushioning, pack compartmentization, cartonizing, or other means to mitigate shock and vibration during handling and shipment. (4) The quantity per unit pack shall be the same as that used in commercial distribution or ove r-the-counter retail sales. (5) The individual items not unit-packed may either be packed in shipping containers or shall comply with the regulations of the ca rrier used. (6) The exterior (shipping) containers shall contain a packing list or other documentation setting forth contents and shall be addressed as specified in the -Ship To- portion of this order. (7) Shipping Containers: The shipping container (in cluding any necessary blocking, bracing, cushioning, and waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination. MARKING. Unless otherwise specified, exterior packs shall, as a minimum, be m arked as follows by any means that provides legibility and durability: a. National Stock Number (NSN), Management Control Number (MCN), or Part Number. b. Noun. c. Quantity, unit, and unit of issue. d. Contract, Purchase Order, or Delivery Order nu mber. e. n/a This is a Property Book Item. NOTE: When a discount is offered to the Government as consideration for expediting payment, request the face of the packing slip and invoice be annotated DISCOUNT OFFERED. THIS IS A COMMERCIAL ACQUISITION. F AR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. ADDENDUM TO 52.212-1c is changed as follows: Change 30 calendar days to 90 calendar days. The remainder of this paragraph remains the same. The clause at FAR 52.212-4, Cont ract Terms and Conditions - Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-4 (o), Warranty, is changed in its entirety to read as follows: The Contractor agrees that the supplies or services furnished under this contract shall be co vered by the most favorable commercial warranties the Contractor gives to any customer for such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other cla use of this contract. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, to include clauses FAR 52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.223-9, 52.225-13, 52.232-33, and 52.232-36. Other applicable FAR clauses: 52.204-6, 52.211-14, 52.222-1, 52.222-18, 52.222-22, 52.222-25. DFARS 252.212-7001, Contract Terms and Conditions Required to Implem ent Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, including FAR 52.203-3, DFARS 252.225-7001, 252.225-7012, 252.225-7014, 252.225-7016, 252.243-7002, 252.247-7023, 252.247-7024. Other applicable DFARS claus es: 252.225-7000, 252.225-7002. This item is not a Recovered Materials Content Item as identifed by Environmental Protection Agency guidelines. SIGNATURE AUTHORITY (a) The individual signing this offer must have authority to bind the offeror to a contrac t. FAR 4.102(a) through (e) require that the contracting officer have specific evidence of the signer's authority to bind the offeror. This evidence of authority is a condition that must be met before the contracting officer can execute any contract resu lting from this solicitation. (b) Offerors MUST PROVIDE evidence, appropriate to their business category, of the signer's authority to bind them on a contract. This evidence may be: (1) Furnished as an attachment to its offer; or (2) Identified in its o ffer by specific reference to an earlier offer submitted to this buying office within the past 12 months, where the signer's authority was confirmed by attachment to that offer; or (3) Furnished upon receipt of a specific request for the information from t he contracting officer. (Note that, per FAR 52.214-12(b) and 52.215-13(b), agents signing on behalf of another offeror must provide evidence of their authority per (b)(1) or (2) above.) AMC-LEVEL PROTEST PROGRAM If you have complaints about this procur ement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarter s, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other exte rnal forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely , protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command, Office of Command Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Ave, Alexandria, VA 22333-0001 , Facsimile number (703) 617-4999/5680, Voice Number (703) 617-8176. The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/ protest/protest.html . If Internet access is not available contact the contracting officer o r HQ, AMC to obtain the AMC-Level Protest Procedures. This order is rated ?DO- under the Defense Priorities and Allocations System (DPAS). OFFERS ARE DUE no later than 12:00 PM local time, 10 APR 03. Offerors MUST INCLUDE with offer a completed copy o f FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, AND a completed copy of DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. ELECTRONIC SUBMISSION OF OFFERS. All responses to this solicitation mu st be submitted in digitized format. Paper copy responses will not be accepted. You may submit your response to Anniston Army Depot (ANAD) using email (only to acqnet@anad.army.mil) or fax your offer to our fax modem at telephone number 256 235-4618. Of fers submitted using any other means will not be accepted. If format is other than Microsoft Word, Microsoft Excel, Microsoft Access, Microsoft PowerPoint, or Portable Document Format (PDF), a reader must be provided. Offeror must insure its offer, in it s entirety, reaches the Directorate of Contracting, Anniston Army Depot, before the time set for opening or closing of the solicitation. Any clauses or provisions of this solicitation which mention writing, returning, or submission of offer will mean elec tronic submission as stated in the paragraph above. Electronic offers must identify the solicitation and the opening/closing date, and include, as a minimum, the following: a. The Offer filled out and signed. b. All applicable fill-in provisions from th e solicitation must be completed. c. Any other information required by the solicitation. Lateness rules are outlined in the solicitation. If you choose to password-protect access to your offer, you must provide the password to ANAD before the opening or closing date. Contact the buyer identified on the cover page of this solicitation to arrange a means of providing the password. Passwords used only for the purpose of write protecting files need not be provided. Offerors shall make every effort to ensure that their offer is virus-free. Offers (or portions thereof) submitted which DO reflect the presence of a virus, or which are otherwise rendered unreadable by damage in either physical or electronic transit, shall be treated as unreadable. See Federal A cquisition Regulation 14.406 or 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. Requests for general information concerning this solicitation should be made to Linda Carlston, Contract Specialist, (256) 235-4141, or email: carlstonl@anad.army.mil . FAR and DFARS Clauses can be obtained at the following website-- http://farsite.hill.af.mil/VFFAR1.HTM
- Place of Performance
- Address: TACOM - Anniston, Directorate of Contracting ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue Anniston AL
- Zip Code: 36201-4199
- Country: US
- Zip Code: 36201-4199
- Record
- SN00293980-W 20030404/030402231351 (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 |