Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2014 FBO #4471
SOLICITATION NOTICE

J -- Maintenance and Repair Services for Three Model 3516 Caterpillar Generator Engines onboard the vessel Dredge Wheeler.

Notice Date
2/18/2014
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P814R0006
 
Response Due
3/21/2014
 
Archive Date
4/20/2014
 
Point of Contact
Edith M Brandon, 504-862-1047
 
E-Mail Address
USACE District, New Orleans
(edith.m.brandon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New Orleans District has a requirement for inspection, maintenance, troubleshoot, analyze, overhaul and repair to the three (3) government owned, marine diesel ship service generator engines installed aboard the vessel Dredge Wheeler. The engines are CATERPILLAR, model 3516 with a rated speed of 1200 RPM, arrangement No. 1W4223, serial numbers: 73Z898, 73Z899, and 73Z900. Each engine drives one (1) KATO - AC, 1000 KW, two bearings generator. The contractor must be a Caterpillar's authorized service representative and possess the required technical ability and provide all supervision, qualified personnel as well as appropriate shop facility, equipment, tools, supplies, repair parts, spare parts, accessories, and other resources necessary to service the three engines mentioned above as described in the Statement of Work in Solicitation W912P8-14-R-0006. In addition, the contractor must be capable of providing all necessary tools and equipment (including engine analyzer and video boroscope, see section C-4 for additional requirements) to perform a complete major overhaul of each unit described in section 1.1. This includes, but is not limited to: overhaul and replace cylinder heads, pistons, cylinder liners, connecting rods, turbochargers, intercoolers, fuel injection equipment, camshafts, intake manifolds, and exhaust manifolds; and replace crankshaft bearings, connecting rod bearings, camshaft bearings, main chain drive, governor chain drive, and any other related parts that are associated with the engine units. The contractor's shop facility shall be within 100 miles highway driving distance from the New Orleans district so as to facilitate the deployment of manpower and equipment (section 2.6), to save the government cost in transportation (sections 3.1.4, 3.1.5, and 3.1.6), and to facilitate non-disruptive scheduling of government inspection personnel. The Dredge WHEELER is a sea-going large class hopper dredge, 408 feet in length, 10,614 gross tons. The majority of the work will be performed while the dredge is moored at the Corps of Engineers wharf, which is the vessel's home port, and is located at 7400 Leake Ave, New Orleans, LA 70118. However, it may be necessary for the Contractor to travel to the Dredge to perform emergency repairs as it becomes necessary throughout the year. The contract shall be solicited as a one year base contract, with the possibility of four optional year's period for a potential total of five (5) years. The requirement is being issued as quote mark Unrestricted quote mark under Request for Proposal (RFP) No. W912P8-14-R-0006 and is being procured as a firm fixed price indefinite delivery- indefinite quantity (IDIQ) contract under FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The government intends to award a single contract resulting from this solicitation to the responsible and responsive offeror whose offer conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) offer as outlined in the solicitation. Proposals will be evaluated in accordance with (IAW) FAR Subparts 13.106-2 - Evaluation of Quotations or Offers. Solicitation No. W912P8-14-R-0006 will be available for downloading on or about 20 February 2014. Proposals will be due as stated in the RFP and are anticipated to be due on or about 21 March 2014 at 2:00 pm local time. Offerors are responsible for printing paper copies of the solicitation and monitoring the website for notices and amendments. Hard copies are not available. Offerors must be registered in the System for Award Management (SAM) database to obtain a Government Contract and before award can be made. Information on registration may be obtained via the Internet at http://www.sam.gov. Offerors must either complete and return FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote: or, as provided in paragraph (b) (2) may complete their annual representations and certifications in ORCA at http://orca.bpn.gov. All proposals should include the following minimum information: Company Name, Address, Cage Code and DUNS Number, Taxpayer I.D. Number, Point of Contact, Phone Number, Fax Number and Email Adress. Once the RFP has been posted, questions may be sent to the Contract Specialist, Edith M. Brandon, by e-mail at Edith.M.Brandon@usace.army.mil for assistance. Any communications must identify the RFP number; W912P8-14-R-0006, company name, point of contact, address, phone number including area code and facsimile number. Address information for mailing proposals can be found in Section L of the RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P814R0006/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN03290013-W 20140220/140218234058-4a5fc7838ee88afa4da54a479f99e926 (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.