Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23, 2001 PSA #2962
SOLICITATIONS

J -- BRAKE REPAIR

Notice Date
October 19, 2001
Contracting Office
Contracts Dept., MCLB, PO Drawer 43019, Albany, GA 31704
ZIP Code
31704
Solicitation Number
M67004-02-Q-0002
Response Due
November 16, 2001
Point of Contact
SSgt Boone, Contracts Department, Code 891-2, (229)639-5768
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Acquisition Circular 91-13. This action is restricted to small business concerns and has a NAICS code of 336992. The following services are required for Government Owned MK48 Logistics Vehicle components: Parts found to be unserviceable during the performance of CLINS 1 4 will be discarded and replacement parts will be provided by the Government. CLINS 0001 and 00 02 represent one vehicle set and CLINS 0003 and 0004 represent one vehicle set. CLIN 0001: Repair of Brake Drums and Shoes (axle 1), NSN: 2530-01-183-0734 consists of two drums and two pairs of shoes and linings. Inspection of brake shoe for bending and warping. Discard if bent or warped. Discard brake shoe if ends are worn or cracked. Inspect contact surfaces of brake shoes for ware spots or burrs. Remove burrs and replace any unserviceable shoes. Inspect anchor pin and roller end of brake shoe for wear and cracks. Brake shoes are to be disassembled (drill out rivets). Inspect rivet holes in brake shoe. Drill any out-of-round holes to the next larger rivet size. Shoes and hubs/drums will be steam cleaned and abrasive blasted to remove all paint, rust and corrosion, then primed and repainted. All linings will be replaced 100% with Government furnished kits. Do not use rivet s more than one size over original. If rivets more than one size over are required, the brake shoe will be discarded. Inspect and clean hub and drum assembly for cracks and chips. If cracks and/or chips exist, replace brake drum. Turn drums to meet surface finish criteria on applicable drawings. Inside diameter maximum is 17.085 inches (43.39 cm) with a braking surface of 63. Measure diameter of brake drum in a minimum of three equally spaced points. If measurement at any point exceeds limits replace the brake drum. Turn drums as needed to obtain a smooth, clean finish, free of pits grooves, or cracks. CLIN 0002 NSN: 2530-01-191-4279 (axle 2) consists of two drums and two pairs of shoes and linings. Inspection of brake shoe for bending and warping. Discard if bent or warped. Discard brake shoe if ends are worn or cracked. Inspect contact surfaces of brake shoes for wear s pots or burrs. Remove burrs and replace any unserviceable shoes. Inspect anchor pin and roller end of brake shoe for wear and cracks. Shoe span must not exceed 13-9/16 inches (34.45 cm). Brake shoes are to be disassembled (drill out rivets). Inspect rivet holes in brake shoe. Drill any out-of-round hole to the next larger rivet size. Shoes and hubs/drums will be steam cleaned and abrasive blasted to remove all paint, rust and corrosion, then primed and repainted. All linings will be replaced 100% with Government furnished kits. Do not use rivets more than one size over original. If rivets more than one size over are required, the brake shoe will be discarded. Inspect and clean hub and drum assembly for cracks and chips. If cracks and/or chips exist, replace brake drum. Turn drums to meet surface finish criteria on applicable drawings. Inside diameter maximum is 16.614 inches (42.2 cm) with a braking surface finish of 200. Measure diameter of brake drum in a minimum of three equally spaced points. If measurement at any point exceeds limits replace the brake drum. Turn drums as needed to obtain a smooth, clean finish, free of pits grooves, or cracks. CLIN 0003 Brake Drums (axle 1), NSN: 2530-01-183-0734 consists of two drums. Hubs/drums will be steam cleaned and abrasive blasted to remove all paint, rust and corrosion, then primed and repainted. Inspect and clean hub and drum assembly for cracks and chips. If cracks and/or chips exist, replace brake drum. Turn drums to meet surface finish criteria on applicable drawings. Inside diameter maximum is 17.085 inches (43.39 cm) with a braking surface of 63. Measure diameter of brake drum in a minimum of three equally spaced points. If measurement at any point exceeds limits replace the brake drum. Turn drums as needed to obtain a smooth, clean finish, free of pits grooves, or cracks. CLIN 0004 NSN: 2530-01-191-4279 (axle 2) consists of two drums. Hubs/drums will be steam cleaned and abrasive blasted to remove all paint, rust and corrosion, then primed and repainted. Inspect and clean hub and drum assembly for cracks and chips. If cracks and/or chips exist, replace brake drum. Turn drums to meet surface finish criteria on applicable drawings. Inside diameter maximum is 16.614 inches (42.2 cm) with a braking surface finish of 200. Measure diameter of brake drum in a minimum of three equally spaced points. If measurement at any point exceeds limits replace the brake drum. Turn drums as needed to obtain a smooth, clean finish, free of pits grooves, or cracks. The following documents are applicable for brake drum and shoe repair. RS-08780A-50, TM 2320-24P/14B TM 9-232 0-297-24P, TM 4750-15/1 (Paint), Drawing 107470D, Drawing SR-106036. Drums will be painted to TM 4750-15/1. Prime with Mil-P-53022 Type I utilizing aircraft thinner MIL-T-81772B Type I. Paint drums 383 green with waterborne carc paint and deionized water. Contractors will be required to pick up axle sets from the MCLB and return them within 7 calendar days for a maximum of five sets per pick up. The Period of Performance for the contract resulting from this solicitation shall include a base year from the time of award to 15 October 2002 and two option years. THE AWARD RESULTING FROM THIS SOLICITATION WILL BE AN INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT WITH A MINIMUM REQUIREMENT OF TWENTY-FIVE (25) AND A MAXIMUM REQUIREMENT OF TWO-HUNDRED (200). Delivery shall be F.O.B. Destination, MCLB Albany, GA 31704 with inspection/acceptance at destination. Delivery will be coordinated with requesting activity, after award. The following FAR Clauses/Provisions apply: 52.203-3, Gratuities, 52.212-1, Instructions to Offerors Commercial Items, 52.222-41 Service Contract Act of 1965, as amended; 52.212-4 Contract Terms and Conditions Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Offerors responding to this announc ement must provide the information contained in 52.212-3, Evaluation Commercial Items with their offer. CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER TO BE ELIGIBLE FOR AWARD (NO EXCEPTIONS) www.ccr.gov. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written quotes and the above required information must be received at this office on or before 16 November 2001, at 1:00 PM Eastern STD. Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
Record
Loren Data Corp. 20011023/JSOL002.HTM (D-292 SN511111)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on October 19, 2001 by Loren Data Corp. -- info@ld.com