MODIFICATION
28 -- Detroit Diesel Engine Parts - Clin Pricing Sheet 19 Sep 12 - J&AFAR 6.302(1)F4AT822221A001 - Amendment 01
- Notice Date
- 9/20/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4AT822221A001
- Archive Date
- 10/9/2012
- Point of Contact
- Yvette M. Kelly, Phone: 8502838630, Melissa J. Blair, Phone: 8502830061
- E-Mail Address
-
yvette.kelly@tyndall.af.mil, melissa.blair@tyndall.af.mil
(yvette.kelly@tyndall.af.mil, melissa.blair@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 01 Memo Justification for Other Than Full and Open Competition Memo Clin Pricing Sheet 19 Sep 12 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. The solicitation reference number F4AT822221A001 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This acquisition is 100% set aside for small businesses under North American Industry Classification System (NAICS) code 333618. The small business size standard is 1000 employees. A firm-fixed price purchase order will be awarded in accordance with FAR Part 13. Please complete the attached CLIN pricing sheet and submit with your quote. This RFQ consists of the following Contract Line Item Number (CLIN): CLIN 0001 consisting of the following parts: ITEM PART NUMBER QTY 1. Detroit Diesel(DD)Cylinder Head R23504272AM 6 EA 2. DD Unit Injector R5235670 50 EA 3. DD Exhaust Manifold 23516694 2 EA 4. Sendur Heat Exchanger 9178-1-7 1 EA 5. DD Raw Water(RW) Pump Impeller 8927570 6 EA 6. DD RW Pump Wear Plate 8927568 6 EA 7. DD RW Pump Shaft 8927572 6 EA 8. DD RW Pump Gasket 23501648 6 EA 9. DD RW Pump Cam liner 8927571 6 EA 10. DD RW Pump Seal 23501653 6 EA 11. DD RW Pump Snap Ring 23501656 6 EA 12. DD RW Pump Seal 8927573 6 EA 13. DD RW Pump Seal 23501655 6 EA 14. DD RW Pump Bearing 8927574 12 EA 15. DD Bearing Assy(middle) 5103930 4 EA 16. DD Bearing (Intermediate) 5196026 4 EA 17. DD Connecting Rod Bearing 5149572 16 EA 18. DD Connecting Rod Bolt 5148373 32 EA 19. DD Connecting Rod Spacer 5144846 32 EA 20. DD Exhaust Manifold Bolt 7/16-14x8" 23509245 20 EA 21. DD Exhaust Manifold Gasket 23516686 8 EA 22. DD Injector Fuel Line(long) 23504073 16 EA 23. DD Injector Fuel Line (short) 23504072 16 EA 24. DD Injector Fuel Line O-Ring 8928676 128 EA 25. DD Liner Spacer (STD) 5148501 16 EA 26. DD Thermostat (170 degree) 23503826 8 EA 27. DD Thermostat Housing Bypass Tube 5133244 6 EA 28. DD Thermostat Seal 5132155 8 EA 29. DD Water Manifold Stud 8927270 80 EA 30. DD Air Shut-Down Housing 23517009 2 EA 31. DD Oil Pan Gasket( one piece) 23512642 4 EA 32. DD Piston Kit 23524340 16 EA 33. DD Exhaust Manifold Adaptor 23501130 2 EA 34. DD Thermostat Housing(RT) 5135149 1 EA 35. DD Thermostat Housing (LFT) 5107643 1 EA 36. DD Front Inlet Housing 23517010 1 EA 37. DD Piston Kit 23524340 4 EA 38. Jabsco Raw Water Pump Impeller 8927570 6 EA 39. Jabsco Raw water Pump Cam Liner 8927571 6 EA 40. Heat Exchanger(Sendur) 9178-1-7 1 EA 41. Governor (hydraulic) (Core Provided) R23509533 1 EA 42. DD Exhaust Elbow 23500512 1 EA 43. DD Exhaust Elbow 24500513 1 EA 44. DD Piston Kit 23524340 2 EA 45. DD Solenoid 23504197 5 EA 46. DD Governor Link Assy 23504820 5 EA 47. DD Cylinder Head R235042272AM 2 EA EVALUATION FACTORS: In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability 2. Price Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Governments Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors - Commercial Items FAR 52.212-4 - Contract Terms and Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications - Commercial Items FAR 52.219-1 Alt I - Small Business Program Representations FAR 52.219-28 - Post-Award Small Business Program Rerepresentation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Employment Reports on Veterans FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer-CCR FAR 52.232-99 Deviation - Providing Accelerated Payment to Small Business Subcontractors FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-5 - Authorized Deviations in Provisions ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7008 - Export-Controlled Items DFAR 252.211-7003 - Item Identification and Valuation DFAR 252.212-7000 - Offeror representations and certifications - commercial items DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.225-7001 - Buy American Act and Balance of Payment Program DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7006 - Wide Area Workflow Payment Instructions DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AT822221A001/listing.html)
- Place of Performance
- Address: 501 Illinois Ave Sute 5, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02892152-W 20120922/120921001953-6abf8b14bc775397e00b6a61b53a8de8 (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 |