Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2010 FBO #3296
SOLICITATION NOTICE

20 -- Caterpillar Engine Repair/Overhaul - Parts list for Engine number 4EZ00103

Notice Date
12/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-11-T-0503
 
Archive Date
12/25/2010
 
Point of Contact
LaVerne L Whitfield, Phone: 757-763-4430, Mary Tuttle, Phone: 757-763-4407
 
E-Mail Address
whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
(whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Parts List for Engine number 4EZ00193 Parts List for Engine number 4EZ00053 Parts List for Engine number NSW00037 Parts List for Engine number 4EZ00144 Parts List for Engine number 4EZ00139 Parts list for Engine number 4EZ00126 Parts List for Engine number 4EZ00103 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-11-T-0503. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-38, dated 01 Feb 2010 and DFARS Change Notice 200900009. The DPAS Rating for this solicitation is DO. S1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336611, the Small Business Standard is 1000 Employee. This requirement is 100% Small Business. The DPAS rating for this solicitation is DO. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing: CLIN 0001: Provide Caterpillar Engine Repair. Engine number 4EZ00103. Repair shall include replacement of the list of parts provided as an attachment entitled: List of parts for 4EZ00103. Engine overhaul shall also include (1) Perform 24M-1 Maintenance, (2) Install Airsep check valve (3) Repair bushing governor. CLIN 0002: Provide Caterpillar Engine Repair. Engine number 4EZ00126. Repair shall include replacement of the list of parts provided as an attachment entitled: List of parts for 4EZ00126. Engine overhaul shall also include (1) Perform 24M-1 Maintenance, (2) Replace Heat Exchanger end caps (3) Install Airsep check valve (4) Replace junction box and terminal strip (4) Replace injectors. CLIN 0003: Provide Caterpillar Engine Repair. Engine number 4EZ00139. Replace shall include replacement of the list of parts provided as an attachment entitled: List of parts for 4EZ00139. Engine overhaul shall also include (1) Perform 24M Maintenance, (2) Replace Heat Exchanger end cap (3) Install Airsep check valve (4) Replace junction box and terminal strip (5) Replace injectors. CLIN 0004: Provide Caterpillar Engine Repair. Engine number 4EZ00144. Repair shall include replacement of the list of parts provided as an attachment entitled: List of parts for 4EZ00144. Engine overhaul shall also include (1) Perform 24M-1 Maintenance, (2) Install Airsep check valve (3) Repair bushing governor. CLIN 0005: Provide Caterpillar Engine Repair. Engine number NSW00037. Repair shall include replacement of the list of parts provided as an attachment entitled: List of parts for NSW00037. Engine overhaul shall also include (1) Perform 24M-1 Maintenance, (2) Repair bushing governor (3) Repair oil cooler. CLIN 0006: Provide Caterpillar Engine Overhaul. Engine number 4EZ00193. Overhaul shall include replacement of the list of parts provided as an attachment entitled: List of parts for 4EZ00193. Engine overhaul shall also include (1) Service Crankshaft and Camshaft (2) Clean and Test Coolers (3) Perform Storage procedure (4) Dynameters Testing. CLIN 0007: Provide Caterpillar Engine Overhaul. Engine number 4EZ00053. Overhaul shall include replacement of the list of parts provided as an attachment entitled: List of parts for 4EZ00053. Engine overhaul shall also include (1) Service Crankshaft and Camshaft (2) Clean and Test Coolers (3) Perform Storage procedure (4) Dynameters Testing. Performance shall be in accordance with the following: 24M The 24M work effort contains the following: •a. Adjust Fuel Timing, Valve Lash and Unit Injector Synchronization •b. Remove and replace with new Raw Water Pump Impeller and Cover. •c. Clean, inspect and adjust Engine Speed Sensor. •d. Clean and test Heat Exchangers •e. Install new zincs in all Heat Exchangers •f. Clean and inspect Salt Water Y-Strainer •g. Change oil and filter on Marine Gear •h. Change oil and filter on Engine •i. Change Extended Life Coolant (ELC). •j. Change out Secondary Fuel Filter •k. Replace all belts •l. Remove rust and debris, prime affected areas and preserve: • i. Engine Control box • ii. Marine Gear • iii. Engine Block and Accessories •m. Clean and provide protective coating: • i. Control box terminal board • ii. Wiring Harness and connections 24M-1 The 24M-1 work effort contains the following: •a. Conduct all requirements listed in work package. 0004 (M-1) •b. Remove and replace with new Turbocharger •c. Remove and replace with new After cooler •d. Remove and replace with new Injectors Place of performance shall be at the contractor's facility. The contractor's facility shall be within a 50 mile radius of Special Boat Team 12, 3402 Tarawa Road Building 214, San Diego, CA. Performance shall begin upon issuance of a purchase order for a period of 45 days. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Quoters shall include the quoter's price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 2:00 pm hours (Eastern Standard Time) on 10 DEC 2011. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-11-T-0503/listing.html)
 
Place of Performance
Address: Naval Special Warfare Special Boat Team Twelve and Contractor's facility., San Diego, California, 92155, United States
Zip Code: 92155
 
Record
SN02336086-W 20101203/101201234147-4268d9e248d6f27138fe71a60f91fdd1 (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.