Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2006 FBO #1572
SOLICITATION NOTICE

28 -- Cummins Big Cam III Diesel Engines

Notice Date
3/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
336312 — Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-06-R-0012
 
Response Due
3/28/2006
 
Archive Date
5/27/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement co nstitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912LP-06-R-0012. All proposals shall reference the RFP number and shall be submitted by 8:00 A.M. local time on 28 Mar 2006. The anticipated award date is 31 Mar 2006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-08 dated 05 Jan 2006. This so licitation is issued under Other than Full and Open Competition. The North American Industry Classification system code (NAICS) 336312 has a size standard of 750. The Iowa National Guard wishes to acquire ten (10 ea.) Big Cam 3 Diesel New or Reconditioned Engines (DR2566800RX-ENGMIL400BC3J) that meet military specifications. The engines will be placed in the M915 A4 Tractor. The vendor will be required to provide the following genuine Cummins parts; New Cummins Tri Tech Cylinder kits, Cummins/Holset HT3B Turbo, Cummins Genuine Rod and Main Bearings, Genuine Cummins Flangless Camshaft, Military engine lifting bracket assembly, Flywheel housingmilitary specification, Flywheelmilitary specifications, Cummins Recon PX injectors, Cummins Recon Fuel Pumpmili tary specifications, 3 new Jacob Brake Assemblies  24 volt, Installed, Cummins Pulse Exhaust Manifold, Accessory Drive Pulley Assembly  Military specification, Fan Brace Assembly, Water filter mounting and connections, Front mount support assembly, Inlet and Outlet water connectionsmilitary specifications, Cummins Recon Air Compressor, New Oil Cooler Element, Cummins Recon Oil Pump, Cummins Recon Cam follower assemblies, Cummins Recon Cylinder heads, Cummins Recon Rocker Box Assemblies, Cummins Crankshaf t (Standard), Cummins Recon Water Pump, Cummins Recon Accessory Drive, Oil Dip StickMilitary Specification. Vendor will deliver the engines to the CSMS, 7105 NW 70th Ave, Johnston, IA 50131-1824. The Government intends to award a contract to the offeror whose proposal provides the best value to the Government. To arrive at a best value decision, the Source Selection Authority will integrate the evaluation price with past/present performance and technical, past performance and technical are rated higher t han the price factor with technical significantly more important than past performance. The technical factors include (1) New vs. Reconditioned Engine, (2) Delivery Date, and (3) Warranty. The vendor shall submit a written proposal indicating whether the proposed engine is new or reconditioned. The Government is requesting a reconditioned engine, however, if the vendor proposes a new engine it will be rated slightly higher than the reconditioned engine. The vendor shall also identify the number of days it will take to provide the requested engines. Failure to do so will indicate an acceptance of a delivery date 120 days ARO. The vendor must provide the proposed warranty information in writing. The Government is requesting 2-year / 100,000 mile warranty cov erage, failure to submit warranty information will result in a downgraded technical rating of the Warranty subfactor. Past/present performance includes (1) Offerors Business Practices, (2) Customer Relationship, (3) Ability to Meet Contract Requirements, (4) Prior Experience, (5) Adherence to Delivery Schedule, and (6) Quality of Contractors Team. The vendor should provide the Government with the most current past performance references. A reference name, contract number, phone number, fax number and or e-mail address should be submitted to allow the Government to obtain adequate past performance information. The vendor should provide the Government with a firm fixed price per unit. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerers initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The following pro visions and clauses will be incorporated into the solicitation by reference: 52.212-1, Instructors to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.204-4, Printed or Copied-Double Sided on Recycled Paper, 252-209-7 001, Disclosure of Ownership or Control by the Government of a Terrorist Country. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, Noti ce of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-19, Child Labor- Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilit ies, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-39, Notification of Employee Rights Concernin g Payment of Union Dues or Fees, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contracting Registration, 52.232-36, Payment by Third Party. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 52.219-4, Limitations on Subcontracting, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Request for Equitable Adjustment, 252.247-7023, 252-247-7023 Alt III, Tran sportation of Supplies by Sea. Qualifying offers must meet the stated specifications and must be accompanied by the completed provision 52.212-3 or a completed registration on the ORCA website. See paragraph I of 52.212-3 for instructions. The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest states- a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are fil ed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from USPFO Purchasing and Contracting Office, 7105 NW 70th Ave, Johnston, IA 50131. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johns ton, Iowa 50131-1824, ATTN: SSgt Renee Berg, Contract Specialist at or before 8:00 a.m., 28 Mar 2006. For information regarding this solicitation contact SSgt Renee Berg at 515-252-4615, renee.berg@ia.ngb.army.mil or CW4 Mark Thompson at 515-252-4248.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
Country: US
 
Record
SN01007048-W 20060317/060315212313 (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 |
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.