COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10, 2001 PSA #2912
SOLICITATIONS
J -- CUMMINS NTC400 BIG CAM I & BIG CAM III ENGINES REPAIR/REBUILD
- Notice Date
- August 8, 2001
- Contracting Office
- USPFO for Texas, Attn: AGTX-SP, Bldg 66, PO Box 5218, Austin, TX 78763-5218
- ZIP Code
- 78763-5218
- Solicitation Number
- DAHA41-01-B-0003
- Response Due
- September 11, 2001
- Point of Contact
- Mary Sue Austin, Contract Specialist (512)782-5537
- E-Mail Address
- Click here to contact the USPFO Contracting Office (marysue.austin@tx.ngb.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are hereby requested. A written solicitation will not be issued. This is issued as an Invitation for Bid (IFB), Number DAHA41-01-B-0003, which incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27, effective 25 June 2001. STATEMENT OF WORK: (A) GENERAL: This solicitation is for Repair/Rebuild of Cummins NTC400 Big Cam I (CPL0393) and Big Cam III (CPL0531) Engines. Vendor must be an authorized Cummins Engine service center. The period of performance will be 12 months, with an option to extend for an additional 12 months. Anticipated estimated quantity of transmission rebuilds is 144 EA for FY 02, and 120 EA for FY 03. There are no guaranteed minimum or maximum quantities. This solicitation will be awarded as a Requirements contract. This is an unrestricted acquisition with an associated NAICS of 81113. This acquisition is not in the Small Business Competitiveness Demonstration Program. Shipment will be FOB Destination. Inspection and Acceptance will be at Government Facility. Vendor will pick up from and deliver to Readiness Sustainment Maintenance Center, 748 E. McLeroy, Saginaw TX, 76179-4604. (B) SCOPE: Vendor shall include price quotes on three levels of repair. Level A. Short block will include new cylinder kits, liners, rod and main bearings and Cummins ReCon oil pump. Check flywheel run out and vibration damper in accordance with Cummins Maintenance Bulletins. All remaining gaskets and seals from overhaul kit will be provided to the TX-RSMS. Paint flat black to prevent rust. Level B. Long block will include all items in Level A plus all seals and gaskets. Install rebuilt fuel pump, turbo charger, injectors and Cummins ReCon heads. Rebuild Jake brakes, replace piston cooling nozzles and oil scavenger/return line. Level C. Super Overhaul will include all items in Level A and B plus all rubber hoses, camshaft bearings. Complete block disassembly, vat block, expansion plugs, rebuild fan clutch. Replace oil cooler element with after market part. Replace water pump with Cummins ReCon part. Polish all rotating assemblies (crankshaft and camshaft) Rebuilder will pick up and deliver engine to TX-RSMS site. Standard six (6) month Cummins and Cummins ReCon component warranty programs shall be included. All rebuilt engines must include standard six (6) month warranty period. Warranty period shall begin on the date the TX-RSMS completes installation of engines into vehicle. APPLICABLE PROVISIONS AND CLAUSES: 1) FAR 52.212-1, Instructions to Offeror -- Commercial Items (2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. All offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.2l2-3 in full text is available at http://www.arnet.gov/far or upon request from this contracting office). . (3) FAR 52.212-2 Evaluation Commercial Items (4) FAR 52.212-4. Contract Terms and Conditions Commercial Items; (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders -- Commercial Items; (6) FAR 52.216-21 Requirements; (7) FAR 52.217-5; Evaluation of Options; (8) 52.217-9 Option to Extend the Term of the Contract (9) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (10) DFAR 252.204-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (11) DFARS 252.204-7004, Required Central Contractor Registration (12) DFARS 252.225-7000, Buy American Act Balance of Payments Program Certificate (13)DFARS 252.225-7017, Prohibition on Award to Companies Owned by the People's Republic of China (D) EVALUATION FACTORS: The contract type for this procurement will be fixed price. Award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) technical factors -- consideration of technical approach, capabilities to provide services required, professional qualifications of staff (2) past performance -- caliber of offeror's performance on previous contract (3) total price -- total price and price realism. (E) INSTRUCTIONS: Offers shall include (1) a technical proposal; (2) bid placed in a sealed envelope separate from other required documents; (2) FAR 52.212-3, Representations and Certifications -- Commercial Item, completely filled in; (3) A list of at least three contracts completed or currently in process within the past three years of similar and related work covered by this solicitation. Offeror shall include the following information for each reference: (a) contract number; (b) Name and address of contracting activity: (c) contracting officer's name and telephone number; (d) period of performance; (e) brief description of work under the contract. Failure to provide items 1-3 listed above with your offer may cause your offer to be considered non-responsive. To receive award, the Offeror must be registered in the Central Contractor Registration (CCR) database which can be accessed at web site http://www.ccr2000.com, or call CCR Assistance Center toll free at 1-888-227-2423. Offers shall be submitted NLT COB on August 31, 2001 to USPFO for Texas, Attention: Mary Sue Austin, 2200 West 35th Street Bldg. 66 Room 114, P.O. Box 5218, Austin, TX 78763-5218. Facsimile offers will not be accepted. All offers must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offeror's name and address, point of contract, phone number, fax number, and e-mail address (if available). Numbered Note 23 is applicable.
- Record
- Loren Data Corp. 20010810/JSOL016.HTM (W-220 SN50U472)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 8, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|