NOZZLE FUEL INJECTION

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08021QZB019

Basic Details

started - 22 Mar, 2021 (about 3 years ago)

Start Date

22 Mar, 2021 (about 3 years ago)
due - 29 Mar, 2021 (about 3 years ago)

Due Date

29 Mar, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
70Z08021QZB019

Identifier

70Z08021QZB019
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34402)US COAST GUARD (24494)SFLC PROCUREMENT BRANCH 1(00080) (3367)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The USCG Surface Forces Logistics Center, , has a emergent requirement to Open, Inspect, Report, and Repair the following IAW the attached Scope of Work:NSN: 2910-12-396-9474NOZZLE FUEL INJECTIONPART NUMBER:  EX59407500022MFG: MTU FRIERICHSHAFEN GMBHQUANTITY: 140 EACH                   Items as received by the contractor must be complete and of the proper cited part number.  Discrepancies shall be reported to the Coast Guard Contract Administrator. Each Item shall be inspected IAW the attached Scope of Work to determine the extent of required overhaul. Substitute parts are not acceptable.  It is anticipated that non-competitive sole source purchase order will be awarded as a result of this synopsis/solicitation.  It is the government’s belief that only MTU Motoren Turbinen-Union and/or their authorized repair facility can obtain required technical and engineering data, and genuine OEM pats. Required to successfully provide these items.  Concerns having the expertise and required
capabilities to provide these items are invited to submit complete information discussing the same within two (02) calendar days from the day this notice is posted.  The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply only genuine OEM parts.This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2021-05 ( MARCH 2021), and 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.  The NAICS code for this solicitation is 811310. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b),and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13Quotes may be submitted to Yvette.R.Johnson@uscg.mil and include the following information: I. PRICING:(1) Labor Rate Company will Charge U.S. Government to Repair Items: $ _________        (This rate shall include direct and indirect labor costs associated with the labor rate, overhead, and profit).(2) Inspection Charge per Item:   $ __________        (This price shall also be the price the Government will be obligated to pay if any Antenna and Processor/Receiver is determined to be beyond economical repair).(3) Estimated Labor Charge to Repair Each Item:    ____     HRS   x     $ ________   (Labor Rate) = $ ______         (This cost shall only be used by the U.S. Government to estimate final repair costs.  The actual charge will be negotiated based on the inspection report.) (4) Preservation, packaging, and marking: $ ___________(This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Statement of Work / Repair Description.)(5) Mandatory Replacement Parts:(Company shall price all mandatory replacement parts required for the standard overhaul as listed in attached Statement or Work / Repair Description.)(6) Contingency Replacement Parts:       (Company shall price all contingency replacement parts that may be required outside of the standard as for each unit as listed in the attached Statement of Work / Repair Description.)(7) Replacement cost for new Item (if available):   $ ___________   (This price will be used by the government to determine if the unit is beyond economical repair)(8) FOB Origin or FOB Destination:     $ ___________(Company shall indicate shipping terms should a Purchase Order result from the quote.)Deliver to:USCG Surface Forces Logistics CenterReceiving Building 882401 Hawkins Point Rd.Baltimore MD, 21226-5000(9) Place of Performance*: ________________________________________________________*NOTE: A Department of Labor Wage Rate Determination shall be incorporated in the resultant Purchase Order.II.  DELIVERY SCHEDULEOur requested delivery schedule is as follows:Initial Receiving Report noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard:  __05__ calendar days from receipt of items by the companyInspection Report(s) - _30___ calendar days from the date Government-Furnished Material is received at the Contractor’s facility.Coast Guard Review - 14 calendar days after receipt of Inspection ReportsRepair (when authorized) - __45___ calendar days after receipt of Contracting Officer’s authorization to proceed If the required delivery schedule cannot be met, please indicate a proposed schedule below:Initial Receiving Report noting discrepancies such as missing, damaged, or incorrect items received by the Repair Facility from the Coast Guard:  __X___ calendar days from receipt of items by the companyInspection Report(s) - ____ calendar days from the date Government-Furnished Material is received at the Contractor’s facility.Coast Guard Review - 14 calendar days after receipt of Inspection ReportsRepair (when authorized) - _____ calendar days after receipt of Contracting Officer’s authorization to proceed III.  TEST AND INSPECTION REPORTS shall be submitted IAW attached Scope of Work / Repair Description and include your price to repair each item.IV. EVALUATIONAward shall be made without discussion unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors:1. Technical Capability. Technical capability shall be evaluated on the company’s ability to meet all requirements of this solicitation, based upon attached Scope of Work and access to required drawings and specifications needed to repair the items.   2. Past Performance.     Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement.  Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers.  The Company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. The Company shall supply at least three (3) contracts completed during the past three years or currently in process for the same services that are being solicited under this solicitation. References other than those provided by the Company may be contacted by the Government to obtain additional information that shall be used in the evaluation of the company’s past performance.  The Government may waive the submission of past performance information by the company if adequate data already exists on file with this office.3. Delivery Schedule .  [Any other factors that may be important to the Government for this solicitation may also be included in this section – i.e. warranty, etc]4. PriceV. CLAUSES AND PROVISIONS The following FAR clauses and provisions apply to this solicitation and are incorporated by reference. FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) with Alternate I.  Offerors must include a completed copy of FAR 52.212-3 with their quote, or, if an offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, only paragraph (b) of this provision must be completed.The following FAR Clauses apply to this solicitation.  Interested companies may obtain full text versions of these clauses electronically at www.arnet.gov:  FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Nov 2017); FAR  52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders – Commercial Items (May 2019).  FAR 52.212-5 is attachedAll responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Systems for Award Management (SAM) www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer.OVERHAUL DESCRIPTIONFOR OFFICIAL USE ONLYITEM NAME NOZZLE,FUEL INJECTIIONSTOCK NUMBER 2910-12-396-9474PART NUMBER EX59407500022USED ON MTU DIESEL ENGINEItems as received by the contractor must be complete and ofthe proper cited part number. Discrepancies shall be reported tothe Coast Guard Contracting Officer.OVERHAUL REQUIREMENTS:Fuel Injection Nozzle's received by the contractor must be complete and ofthe proper cited part number. Discrepancies shall be reported to the CoastGuard Contracting Officer.PRELIMINARY INSPECTION REQUIREMENTS:The Fuel Injection Nozzles shall be completely cleaned and flushed thentested by way of performing a POP test, SPRAY test, and a LEAK DOWN test inorder to determine the extent of the required repairs. A Condition Report andCost Proposal shall be provided to the Coast Guard Contracting Officer andshall include; new parts required with prices, required repairs, labor rate,labor hours required, and a total estimate for all required services. Nofurther work shall be completed until repairs are approved in writing by theContracting Officer. The "Serial Number" of each Fuel Injection Nozzle shallbe documented on the Condition Report. If not assigned, the Contractor shallassign a serial number.OVERHAUL REQUIREMENTS:The Fuel Injector Nozzles shall be overhauled to a condition which shallrestore the operating and performance characteristics to the "ORIGINAL"design and technical specifications. Overhaul shall be performed inaccordance with the MTU MOTOREN UND TURBINEN-UNION specifications andstandards, which are proprietary to MTU MOTOREN UND TURBINEN-UNION. Allrepair parts shall be genuine MTU manufactured parts. After completion of allrepairs, the Contractor shall perform standard production tests andinspections to assure maximum design and performance. "A finalinspection/assembly report and Certificate of Conformance (COC) shall besubmitted to the Contracting Officer for approval prior to packaging andpacking of Fuel Injector Nozzle". This report shall have all OEM designedminimum and maximum design dimensions, clearances, pressures and flow ratesdocumented. The COC shall state that Fuel Injector Nozzle successfullyconforms to manufacturer's standard production tests and inspections. A clearcopy of each final inspection/assembly report with COC shall be placed in theshipping box ofeach unit.WARRANTY:A. Standard Manufacturer's WarrantyX B. Item being repaired as an "onboard repair" or a "system stock" itemand will be put into inventory. NOT FOR IMMEDIATE INSTALLATION.Contractor must guarantee item against defects that lead to failure for90 days after installation for a period of up to two (2) years afterdelivery to Coast Guard.GOVERNMENT ACCEPTANCE:SHELF LIFE CD 0FOR OFFICIAL USE ONLYGOVERNMENT ACCEPTANCE:Acceptance will be made at destination by a Government representative.Acceptance will be contingent upon the representative's verification of nodamage in transit, correctness and completeness of order and contractor'sconformance to preservation/packaging, packing and marking requirements.OVERHAUL DESCRIPTIONFOR OFFICIAL USE ONLYPACKAGING AND MARKING FOR SHIPMENT:X A. Each unit shall be packed individually in it's own wooden boxwhich shall be capable of providing adequate protection to the itemduring multiple shipments. Mark each box in legible black printlettering with the following information:NATIONAL STOCK NUMBERITEM NAMEPART NUMBERGOVERNMENT ORDER NUMBER2910-12-396-9474NOZZLE,FUEL INJECTIIONEX59407500022PRESERVATION / PACKAGING:X A. Each unit shall be individually preserved and wrapped forprotection against deterioration for a period of two (2) yearsminimum.B. See AttachmentsB. See AttachmentsAnd the words: "Coast Guard SFLC Material, Condition "A" 

300 EAST MAIN ST, STE 950, VESS DIV  NORFOLK , VA 23510  USALocation

Place Of Performance : 300 EAST MAIN ST, STE 950, VESS DIV NORFOLK , VA 23510 USA

Country : United StatesState : Virginia

You may also like

TANK, FUEL, ENGINE

Due: 09 May, 2024 (in 11 days)Agency: Department of Defense

29--SLEEVE,FUEL PUMP

Due: 30 Apr, 2024 (in 3 days)Agency: DEPT OF DEFENSE

TANK, FUEL, ENGINE

Due: 06 May, 2024 (in 8 days)Agency: Department of Defense

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 811310Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
pscCode 2910Engine Fuel System Components, Nonaircraft