SOLICITATION NOTICE
J -- Provide all parts and labor to perform a top-end overhaul on 2 (ea) 3512 Caterpillar generator engines.
- Notice Date
- 2/15/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-06-T-0022
- Response Due
- 2/28/2006
- Archive Date
- 4/29/2006
- Small Business Set-Aside
- N/A
- Description
- 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 solicitation; quotes are bei ng requested and a more detailed solicitation is available on the Federal Technical Data Solution (FEDTEDS) Web Page at www.fedteds.gov/. Hardcopies will not be available. Solicitation Number W912EE-06-T-0022 is being issued as request for quotes (RFQ) w ith intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-08. This is SET-ASIDE 100% for SMALL BUSINESS under NAICS Code 811310 (SIC 769 9) with size standard as $6.0m. The US Army Corps of Engineers (USACE), Vicksburg, Mississippi, CEMVK-OD-P Mat Sinking Unit has a requirement for providing all parts and labor to perform a top-end overhaul on 2 (ea) 3512 Caterpillar generator engines on s pecifications listed below. 1. GENERAL. The work to be done under these specifications consists of furnishing labor, materials, fittings, equipment, tools, lubricants, etc., and executing the work called for herein for top end overhauling and rebuilding two (2) 3512 Caterpillar e ngines in accordance with these specifications. 1.1. The period of this contract shall be for 4 weeks from the date of Notice-To-Proceed. 1.2. The MATBOAT is a single piece of floating plant which has two (2) 3512 Caterpillar generators located below the main deck. The MATBOAT is available for inspection at the Government Fleet, Vicksburg Harbor Project, Vicksburg, Mississippi. Contact Joel Brown or Jimmy Gayle Telephone 601 631 7866 for appointment. Although not a requirement, vendors are encouraged to inspect the floating plant prior to submitting a quote. 1.3. The work to be done is described within the technical provisions of these specifications. 1.4. The removal or shifting of any parts of the plant or its fittings necessary for the carrying out of the repairs specified, shall be done by the Contractor and all such removals shall be subsequently replaced, and any damage or loss resulting there fr om shall be made good by the Contractor at his expense. 1.5. Any materials, supplies or articles required in the work which are not covered by detailed specifications herein shall be standard products of reputable manufacturers and suitable for the intended use. Unless so directed by the Contracting Officer, tests of these items will not be required, but such items will be subject to the approval of the Contracting Officer. Tests, if directed, shall be in conformity with approved modern methods for the particular item and class of work. 1.6. All work performed under this contract is subject to the provisions of U.S. Army, Corps of Engineers, Safety and Health Requirements Manual, EM 385-1-1 (web site location: http://www.hq.usace.army.mil/ceso/cesopub.htm ). The contractor shall routinel y discuss applicable provisions of this manual with all employees. 2. SCOPE OF WORK. The work to be performed under this contract consists of furnishing all materials, equipment, supplies and performing all work as required, in strict accordance with the specifications. 3. PROTECTION OF MATERIAL AND WORK. The Contractor shall at all times prior to return of plant, protect and preserve all materials, supplies, and equipment of every description (including property which may be Government owned). The Contractor shall comp ly with all reasonable request of the Contracting Officer to enclose or specially protect such property. If, as determined by the Contracting Officer, material, equipment, supplies, and work performed are not adequately protected by the Contractor, such p roperty may be protected by the Government and the cost thereof may be charged to the Contractor or deducted from any payment due him. 4. GOVERNMENT-FURNISHED PROPERTY. 4.1. The government-owned equipment listed below and an operator will be made available to the Contractor for use at the Vicksburg Harbor when required to support this contract. 1. Linkbelt Crane 2. Forklift 4.2. Government-furnished property and motor vehicles shall be used only as required for support under this contract. Government-furnished property shall not be removed from Government facilities. 5. REQUIRED WORK 5.1. GENERAL. This section of the specifications covers detailed requirements for the overhaul work to be done on the Two (2) Caterpillar 3512 engines. The engines will be located in Vicksburg Harbor. The engines are located below the deck of the Mat Boa t and shall not be removed. All parts shall be Original Equipment Manufacturer (OEM) Parts. 5.1.1. Top End Overhaul. Item 0001 of the bid schedule requires the contractor to furnish all materials, labor and supplies to remove and replace the following: Cylinder Heads Turbocharger Cartridges Water Pumps Injectors Lifer Springs Seals and Gaskets Filters Oil Cooling Fluid Temperature Regulators 5.1.2. Clean and Inspect. Item 0002 requires the contractor to furnish all materials, labor and supplies to clean and/or inspect the following: Aftercoolers Engine Breathers Camshaft Lifters Rocker Arms Push Rods 5.1.3. Test Run and Warranty. Item 0003 requires the contractor to furnish all materials, labor and supplies to test run the engine. The contractor shall provide a six (6) month warranty on all work. 6.1 SERVICE DELIVERY SUMMARY Table 6.2 Performance Objectives SOW Paragraph Performance Threshold Contract Period 1.1 The work must be completed within the allotted time. OEM Parts 5.1 No instances of non-OEM parts being used. Test Run 5.1.3 The engine(s) must be run and perform at the manufacturers specifications when complete. 7. QUALITY CONTROL / QUALITY ASSURANCE 7.1 Quality Control. The Contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified. A copy of the Contractors Quality Control Program must be provided to the Contracting officer fo r approval prior to phase-in of contract and changes occur. The program shall include, but not be limited to, the following: 7.1.1. Procedures to identify deficiencies and prevent recurring deficiencies in the quality of services performed. 7.1.2. A file of all inspections conducted by the Contractor and the corrective action taken. This document shall be available to the Government during the term of the contract. 7.2 Quality Assurance. The Government may monitor the Contractors performance to ascertain Contractor compliance with this contract. Changes to surveillance methods and/or procedures are solely within the Contracting Officers discretion and control. This procurement may be quoted as follows: Line Item 0001 - Supplies/Services: Provide all parts and labor to perform a top-end overhaul on 2 (ea) 3512 Caterpillar generator engines; Estimated Quantity: 2; Unit: Lump Sum; Unit Price: $_____________; T otal Amount for Line Item 0001: $________________. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifica tions - Commerical Items, with its offer. The Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, ap plies to this acquisition. Quotes are due 28 February 2006 by 1645 hrs at Vicksburg Consolidated Contracting Office, ATTN: Traci K. Hoofman, 4155 Clay Street, Vicksburg, MS 39183-3435. For information concerning this solicitation contact Traci K. Hoofm an at (601) 631-5837 or email at Traci.K. Hoofman@mvk02.usace.army.mil. This procurement is 100% set-aside for Small Business. YOU MUST DOWNLOAD A COMPLETE SPECIFICATION PACKAGE AT WWW.FEDTEDS.GOV.
- Place of Performance
- Address: US Army Corps of Engineers, Vicksburg Government Fleet, Vicksburg Harbor Project Vicksburg MS
- Zip Code: 39180
- Country: US
- Zip Code: 39180
- Record
- SN00988952-W 20060217/060215212608 (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 |