SOLICITATION NOTICE
J -- Rebuild J. I. Case 1155E ScoopLoader Cooling Tower Assembly
- Notice Date
- 1/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- M67004 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700404Q0026
- Response Due
- 3/1/2004
- Archive Date
- 3/31/2004
- Point of Contact
- Sgt Tolleson, WJ (229) 639-6784 GySgt Mohead, KM (229) 639-6734
- E-Mail Address
-
Email your questions to tollesonwj@logcom.usmc.mil
(tollesonwj@logcom.usmc.mil)
- Description
- GySgt Mohead, KM, Contracting Officer. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 and Defense Acquisition Circular 91-13. This action is restricted to small businesses. This solicitation contains (1) CLIN with the purpose of issuing a firm fixed-price, one-year Requirements contract with four (4) one-year option periods. THE QUANTITIES STATED IN THE BELOW CLIN REPRESENT A TOTAL ESTIMATED QUANTITY ONLY. These estim ates are not a representation of the quantities that will be required or ordered or a guarantee that the conditions affecting these requirements will be stable or normal. The Marine Corps Logistics Command, Albany, Georgia, has a requirement for the following item: CLIN 0001: Contractor shall rebuild 7.5 Ton Cooling Tower Assembly in accordance with the following: Cooling Tower Assembly consist of two coolers, and engine radiator and oil cooler, P/N: 709A1324. Work will be performed at the contractor?s site. Assembly will be bolted together in installation configuration. Ultra sonically clean and flush all interior surfaces of oil cooler and radiator tanks to include removing corrosion and sludge from tanks as applicable. Remove corrosion and foreign material from exterior of coolers. Leak(s) in flat surfaces of tanks are repaired by sweating sheet metal over source o f leak(s). Tanks that are beyond repair will be supplied by the Maintenance Center. Old tanks will be returned to the Maintenance Center. Engine radiator cores and filler caps will be replaced 100%. Drain cocks will not leak and must be capable of opening and closing by hand without the use of tools. Overflow tube shall be clear of obstruction and function as required. Pressure test radiator to 3 p.s.i. above operating pressure. Operating pressure is 8 p.s.i. Inspect and repair oil cooler fins to ensure they are parallel and that tubes are not bent or broken. Inspect all soldered seams and attachment of inlet and outlet fittings weldments for leaks. Pressure test coolers to 125 p.s.i. (maximum) as stated in the rebuild standard. Service provider will be responsible for furnishing new radiator cores, all required hardware, and paint. Paint to be used is N-7382IH-5 Bl ack Radiator Dip Air Dry. Paint Thinner is A-A-8578 Thinner, Dope and Lacquer-Cellulose Nitrate, NSN: 5010-00-160-5787. Service provider shall use twelve (12) ounces of Lacquer Dope Thinner to one (1) quart of radiator paint and mix thoroughly. Apply two (2) coats of paint to the coolers, covering all sides of flues, fins, and radiator tanks upper and lower. Upon completion of rebuild, cleaning and painting, cooling tower assembly will be reassembled to installation configuration. The service provider will pick up cooling tower assemblies at designated worksite within the fenced area of Building 2200, MCLC, Albany. Delivery destination of completed cooling tower assemblies will be Warehouse 1331, Door 10, MCLC, Albany, GA. The service provider will provide quality service in accordance with the applicable documents listed above. REPAIR CYCLE TIME WILL BE FOURTEEN CALEN DAR DAYS. The estimated maximum quantity for this line item is 80 assemblies per year. Site visits are encouraged and may be arranged by contacting Sgt Tolleson, WJ at (229) 639-6784 or via email at tollesonwj@logcom.usmc.mil. All option periods will be one (1) year in length and follow CLIN 0001 sequentially so as the total contract period of performance will not exceed five (5) years including all options. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine best value to the Government: Price, Technical Acceptable and Delivery. The following FAR Clauses/Provisions apply: 52.211-11, Liquidated Damages ? Supplies, Services, or Research and Development; 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Registrations ? Commercial Items; 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 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.225-5, Trade Agreements; 52.225-13, R estrictions on Certain Foreign Purchases and; 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act ? Price Adjustment (Multiple Year and Option Contracts)); 52.216-18, Ordering; 52.216-21, Requirements; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.223-6, Drug-Free Workplace; 52.232-8, Discounts for Prompt Payment; 52.233-1, Disputes; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.243-1, Changes Alt II; 52.249-2, Termination for Convenience of the Government (Fixed-Price); 52.249-8, Default (Fixed-Price Supply and Service); 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000, Offeror Representations and Certifi cations ? Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.243-7002, Request for Equitable Adjustment); 252.243-7001, Pricing of Contract Modifications. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation ? Commercial Items with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identifica tion 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 any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 1 March 2004, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Command, Albany, GA, Contracting Dept. Email: tollesonwj@logcom.usmc.mil.
- Record
- SN00509234-W 20040125/040123212618 (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 |